INVITATION FOR FORMAL BID

101
St. Charles County Highway Department St. Charles, Missouri INVITATION FOR FORMAL BID BID OF Bidder Name________________________________________________________ Bidder Address______________________________________________________ ___________________________________________________________________ FOR HEPPERMAN ROAD RECONSTRUCTION IFB# 17-108 St. Charles County, MO

Transcript of INVITATION FOR FORMAL BID

St. Charles County Highway Department

St. Charles, Missouri

INVITATION FOR FORMAL BID

BID OF

Bidder Name________________________________________________________

Bidder Address______________________________________________________

___________________________________________________________________

FOR

HEPPERMAN ROAD RECONSTRUCTION

IFB# 17-108

St. Charles County, MO

ENGINEER OF RECORD CERTIFICATION

The professional whose signature and personal seal appears hereon assumes responsibility only for the BID FORM, JOB, GENERAL PROVISIONS, and JOB SPECIAL PROVISIONS attached herewith and disclaims (pursuit to Section 327.411 RSMO) any responsibility for all other calculations, drawings, specifications, estimates, reports, surveys or other documents or instruments or revisions thereof not sealed by the undersigned professional relating to, or intended to, be used for any part or parts of the project to which this report refers. ENGINEERING CORPORATION CERTIFICATION Howard R. Green Company (HR Green, Inc.) is a licensed Missouri Professional Engineering Corporation. Certificate of Authority No. 2002006608. Missouri Professional Engineer License No. 2004017159 My renewal date is December 31, 2018

August 25, 2017

Jason S. Dohrmann, P.E. Date:

Hepperman Road Reconstruction ADV-1

NOTICE TO BIDDERS

Sealed Bids will be received by the St. Charles County Purchasing Manager, 201 North Second

Street, Suite 541, St Charles, Missouri 63301, Until 10:00 A.M., (prevailing Central Time) on

September 19, 2017 and will thereafter be publicly opened and read aloud in Conference Room 534.

The proposed work includes the furnishing of materials, tools, equipment and labor necessary for

HEPPERMAN ROAD RECONSTRUCTION in St. Charles County, Missouri. Work includes:

The construction of the HEPPERMAN ROAD (approximately 6,300 linear feet), including

removals, grading, asphalt pavement, driveways, curb & gutter, drainage, ditching, retaining walls

and other appurtenances.

Plans and specifications, including the bid form, may be downloaded from St. Charles County’s

“Open Bids” webpage on the County website at http://www.sccmo.org/bids.aspx beginning August

28, 2017.

Each Bid must be accompanied by a Cashier’s Check or Certified Check, or a Bid Bond executed by

the Bidder and an approved Surety Company and payable to the County, in an amount not less than

Five Percent (5%) of the Sum Total of the Base Bid.

All labor used in the construction of this public improvement shall be paid a wage no less than the

prevailing hourly rate of wages of work of a similar character in this locality as established by the

state wage rate.

The DBE goal for this letting is a minimum of 0% of the total contract amount.

TRAINEES: The number of trainee hours provided under this contract will be zero (0) hours.

All contractors and subcontractors are subject to and must comply with the Safety Program Training

requirements of Section 292.675 of the Revised Statutes of Missouri.

All requests for clarifications on these bidding documents must be received in writing at least one

week prior to the bid opening.

All bidders must meet the MoDOT requirements as a CONTRACTOR at least seven (7) days prior

to bid opening in accordance with Section 102.2 of the St. Charles County Standard Specifications

for Arterial Highway Construction.

A Performance Bond and Payment and Materials Bond are required.

The project will be awarded to the lowest, responsive, responsible bidder.

The COUNTY reserves the right to reject any and all Bids, to waive informalities therein to

determine the lowest, responsive, responsible bidder, and to approve the bond. No Bid may be

withdrawn for a period of sixty (60) days subsequent to the specified time for receipt of Bids.

The COUNTY intends to issue the Notice to Proceed on or about October 23, 2017.

The County of St. Charles hereby notifies all bidders that it will affirmatively ensure that in any

contract entered into pursuant to this advertisement, businesses owned and controlled by socially and

Hepperman Road Reconstruction ADV-2

economically disadvantaged individuals will be afforded full opportunity to submit bids in response

to this invitation and will not be discriminated against on the grounds of race, color, religion, creed,

sex, age, ancestry, or national origin in consideration for an award.

St. Charles County

Craig E. Tajkowski, P.E.

St. Charles County Engineer

Hepperman Road Reconstruction IB-1

BIDDER CHECKLIST

FINAL CHECKLIST BEFORE SUBMITTING BID

1. Submit completed Contractor Questionnaire and/or Contractor Prequalification Questionnaire with attachments

not later than seven (7) days prior to the date and hour of the bid opening. See Section 102.2 of the St. Charles County

Standard Specifications for Arterial Highway Construction., and Rule 7 CSR 10-15.900, "Prequalification’s to Bid of

Certain Contractors". Questionnaire and Contact information are provided on MoDOT’s website. (if applicable – required

on highway and bridge projects)

2. For submittal of paper bids, the complete set of bidding documents includes all information through the DBE

form. The Technical Specifications/Job Special Provisions are for the bidder’s information only and is not to be returned

with the bid.

3. If submitting the bid by mail, it is to be completed, executed, and submitted in a sealed envelope inside an

envelope addressed to St Charles County Finance Department, ATTN: Purchasing Manager, Suite 541, 201 North Second

Street, St Charles, Missouri 63301. Provide the vendor name, vendor address, County, Project Name, Federal Project

Number, and County Bid Number on the outside of the sealed inside envelope .

4. Please read all items in the bidding document carefully. Complete all items in ink or by typing in the

information.

5. Sign this bidding document properly. If submitted in the name of a firm or corporation, the legal name of the firm or corporation should appear in the space designated, and be signed for by one or more persons legally qualified to execute papers in the name of said firm or corporation. Affix Corporate Seal if the Bidder is a Corporation.

6. Submit the provided bid bond executed by bidder and surety, or attach cashier's check to the bid bond form.

7. Submit the Subcontractor Disclosure Form within 3 business days of the Bid Opening.

8. Submit the DBE Identification Submittal within 3 business days of the Bid Opening.

9. Submit the completed Audit Clause for Contracts with the Bid.

10. Staple addenda to the bid in the appropriate part of the bid. The letter accompanying the addenda should be

stapled to the inside of the back cover of the bid and returned. The bidder should retain a duplicate copy. (if applicable)

Below is a list of common mistakes made by bidders leading to non-responsive bids. Please refer to the Standard

Specifications for the appropriate procedures for completing and submitting a bid.

a) Not signing the bid

b) Not incorporating the addendum into the bidding documents, including attaching the letter to the bid

c) Using a different bid bond form than the one provided

d) Using pencil to fill out the bid

e) Using white out to make corrections to the itemized bid sheets

f) Not initialing changes made

All questions concerning the bid document preparation or Project Specific questions can be directed to Chris Bostic with

St. Charles County Highway Department in writing at 301 N 3rd

Street, St Charles, MO 63301, or by email (preferred) at

[email protected]. All questions must be received at least one week prior to Bid Opening to ensure a response.

Special Needs: If you have special needs addressed by the Americans with Disabilities Act, please notify the Purchasing

Manager, at 636-949-7465 or through Missouri Relay System, TDD 1-800-735-2966, at least five (5) working days prior

to the bid opening.

Hepperman Road Reconstruction IB-2

TABLE OF CONTENTS

Notice to Contractors

(1) Proposed Work P-1

(2) Compliance with Contract Provisions P-1

(3) Period of Performance P-1

(4) Liquidated Damages P-1

(5) Bid Guaranty P-1

(6) Certifications for Federal Jobs P-1

(7) Antidiscrimination P-2

(8) Federal and State Inspection P-2

(9) Prevailing Wage P-2

(10) Worker Eligibility Requirements P-2

(11) OSHA Training Requirements P-2

(12) Addendum Acknowledgement P-2

(13) Signature and Identity of Bidder P-2

(14) Trainees P-3

(15) Subcontractor Disclosure P-3

(16) Project Award P-3

(17) Tax Exempt Status P-4

Itemized Bid Sheets P-5 to P-7

Bid Bond P-8

Audit Clause for Contracts P-9

DBE Identification Submittal P-10 to P-12

General Provisions GR-1 to GR-15

Job Special Provisions JSP-1 to JSP-41

County-Contractor Agreement C-1 to C-6

Performance Bond PB-1 to PB-2

Payment and Material Bond PMB-1

Applicable State Wage Rates SWR-1

Contractor Name: __________________________________________________

Hepperman Road Reconstruction P-1

NOTICE TO CONTRACTORS

Sealed bids for the proposed work will be received by the St Charles County until 10:00 A.M. CST on September 19, 2017, at

the office of the St Charles County Finance Department, and at that time will be publicly opened. Bids should be delivered to:

St Charles County Finance Department, ATTN: Purchasing Manager, Suite 541, 201 North Second Street, St Charles, Missouri

63301.

(1) PROPOSED WORK: The proposed work, hereinafter called the work, includes:

The construction of the HEPPERMAN ROAD (approximately 6,300 linear feet), including demolition, removals, grading,

asphalt pavement, driveways, ditching, and other appurtenances.

(2) COMPLIANCE WITH CONTRACT PROVISIONS: The bidder, having examined and being familiar

with the local conditions affecting the work, and with the contract, contract documents, including the St Charles County

Standard Specifications for Arterial Highway Construction, 2006 or latest edition approved by St Charles County, their

revisions, and the request for bid, including appendices, the special provisions and plans, hereby proposes to furnish all labor,

materials, equipment, services, etc., required for the performance and completion of the work. All references are to the St

Charles County Standard Specifications for Arterial Highway Construction, 2006 as revised, unless otherwise noted.

The St Charles County Standard Specifications for Arterial Highway Construction, 2006 are available for purchase for $40.00

at the office of the St Charles County Highway Department, 301 North Third Street, St Charles, Missouri 63301.

It is the responsibility of each BIDDER before submitting a Bid to promptly notify the COUNTY of any ambiguity,

inconsistency or error, which they may discover upon examination of the Bidding Documents or of the site and local

conditions. BIDDERs may request clarification or interpretation of the Bidding Documents by making a written request, which

shall reach the COUNTY at least seven (7) days prior to the date for receipt of Bids. Any interpretation, correction or change of

the Bidding Documents will be made by Addendum. Interpretations, corrections or changes of the Bidding Documents made in

any other manner will not be binding, and BIDDERS shall not rely upon such interpretations, corrections and changes. If the

COUNTY determines that clarification of the terms and conditions of the Bidding Documents is necessary, an addendum will

be made available to all BIDDERS setting forth such clarification.

(3) PERIOD OF PERFORMANCE: If the bid is accepted, the bidder agrees that work shall be diligently

prosecuted at such rate and in such manner as, in the judgment of the engineer, is necessary for the completion of the work

within the time specified as follows in accordance with Sec 108:

Calendar Days: Four Hundred Twenty-Five (425) calendar days

(4) LIQUIDATED DAMAGES: The bidder agrees that, should the bidder fail to complete the work in the time

specified or such additional time as may be allowed by the engineer under the contract, the amount of liquidated damages to be

recovered in accordance with Sec 108 shall be as follows:

Liquidated damages per day $1,000.00

(5) BID GUARANTY: The bidder shall submit a Bid Guaranty meeting the requirements of Section 102.9 of

the St Charles County Standard Specifications for Arterial Highway Construction, 2006. The project bid bond form is included

in the bid book. The bidder shall mark the box below to identify the type of Bid Guaranty.

Paper Bid Bond

Cashier’s Check

(6) CERTIFICATIONS: By signing and submitting this bid, the bidder makes the certifications appearing in

Sec. 102.18.1 (regarding affirmative action and equal opportunity), Sec. 102.18.2 (regarding disbarment, eligibility,

indictments, convictions, or civil judgments), Sec. 102.18.3 (regarding anti-collusion), and Sec. 102.18.4 (regarding lobbying

activities). Any necessary documentation is to accompany the bid submission, as required by these sections. As provided in

Sec. 108.13, the contracting authority may terminate the contract for acts of misconduct, which includes but is not limited to

fraud, dishonesty, and material misrepresentation or omission of fact within the bid submission.

Contractor Name: __________________________________________________

Hepperman Road Reconstruction P-2

(7) ANTIDISCRIMINATION: The Contracting Authority hereby notifies all bidders that it will affirmatively

insure that in any contract entered into pursuant to this advertisement, businesses owned and controlled by socially and

economically disadvantaged individuals will be afforded full opportunity to submit bids in response to this invitation and will

not be discriminated against on the grounds of race, color, religion, creed, sex, age, ancestry, or national origin in consideration

for an award.

(8) FEDERAL AND STATE INSPECTION: The Federal Government is not participating in the cost of

construction of this project. All applicable state laws, and the regulations made pursuant to such laws, shall be observed by the

contractor, and the work will be subject to the inspection of the appropriate State Agency in the same manner as provided in

Sec 105.10 of the St Charles County Standard Specifications for Arterial Highway Construction, 2006 with all revisions

applicable to this bid and contract.

(9) PREVAILING WAGE (STATE ONLY): This contract requires payment of the prevailing hourly rate of

wages for each craft or type of work required to execute the contract as determined by the Missouri Department of Labor and

Industrial Relations. The applicable state wage rates for this contract are detailed in “Annual Wage Order No. 24” that is

attached to this bidding document. These supplemental bidding documents have important legal consequences. It shall be

conclusively presumed that they are in the bidder's possession, and they have been reviewed and used by the bidder in the

preparation of any bid submitted on this project.

(10) WORKER ELIGIBILITY REQUIREMENTS: Execution of the construction contract for this project is

dependent upon the awarded bidder providing an Affidavit of Compliance AND E-Verify Memorandum-of-Understanding

(MOU) between the bidder and Department of Homeland Security to the Contracting Authority as required by section 285.530

RSMo.

A sample Affidavit of Compliance can be found at the Missouri Attorney General’s website at the following link:

http://ago.mo.gov/forms/Affidavit_of_Compliance.pdf

All bidders must also be enrolled in the E-Verify Program, and include their MOU prior to contract execution. Bidders who

are not enrolled will need to go to the following website link and select “Enroll in the Program” to get started. After

completing the program, they will receive their E-Verify MOU with Department of Homeland Security. This document will

need to be printed out and kept on file so that a copy can be attached to the Affidavit of Compliance.

http://www.dhs.gov/files/programs/gc_1185221678150.shtm

This requirement also applies to subcontractors and contract labor, but this contract only requires submittal of the verification

documents for the prime contractor. It is the prime contractor’s responsibility to verify the worker eligibility of their

subcontractors in order to protect their own company from liability as required by section 285.530 RSMo.

(11) OSHA TEN HOUR TRAINING REQUIREMENTS: Missouri Law, 292.675 RSMO, requires any

awarded contractor and its subcontractor(s) to provide a ten-hour Occupational Safety and Health Administration (OSHA)

Construction Safety Program (or a similar program approved by the Missouri Department of Labor and Industrial Relations as

a qualified substitute) for their on-site employees (laborers, workmen, drivers, equipment operators, and craftsmen) who have

not previously completed such a program and are directly engaged in actual construction of the improvement (or working at a

nearby or adjacent facility used for construction of the improvement). The awarded contractor and its subcontractor(s) shall

require all such employees to complete this ten-hour program, pursuant to 292.675 RSMO, unless they hold documentation on

their prior completion of said program. Penalties, for Non-Compliance include contractor forfeiture to the Contracting

Authority in the amount of $2,500, plus $100 per contractor and subcontractor employee for each calendar day such employee

is employed beyond the elapsed time period for required program completion under 292.675 RSMO.

(12) ADDENDUM ACKNOWLEDGEMENT: Prospective contractors are required to check the County

website where they downloaded the plans and bid specifications to verify if any addenda have been issued. The undersigned

states that all addenda (if applicable) have been received, acknowledged and incorporated into their bid, prior to submittal.

Staple addenda acknowledgement sheet to the front of the bid and replace all Proposal (P – x) sheets as required.

(13) SIGNATURE AND IDENTITY OF BIDDER: The undersigned states that the following provided

information is correct and that (if not signing with the intention to bind themselves to become the responsible and sole bidder)

they are the agent of, and they are signing and executing this, as the bid of

Contractor Name: __________________________________________________

Hepperman Road Reconstruction P-3

___________________________________________________________________________________________, which is the correct LEGAL NAME as stated on the contractor questionnaire (if applicable). a) The organization submitting this bid is a(n) (1) individual bidder, (2) partnership, (3) joint venturer (whether individuals or corporations, and whether doing business under a fictitious name), or (4) corporation. Indicate by marking the appropriate box below.

sole individual partnership joint venture

corporation, incorporated under laws of state of _______________________________________. b) If the bidder is doing business under a fictitious name, indicate below by filling in the fictitious name ________________________________________________________________________________ Executed by bidder this day of 20 . THE BIDDER CERTIFIES THAT THE BIDDER AND ITS OFFICIALS, AGENTS, AND EMPLOYEES HAVE NEITHER DIRECTLY NOR INDIRECTLY ENTERED INTO ANY AGREEMENT, PARTICIPATED IN ANY COLLUSION, OR OTHERWISE TAKEN ANY ACTION IN RESTRAINT OF FREE COMPETITIVE BIDDING IN CONNECTION WITH THIS BID, AND THAT THE BIDDER INTENDS TO PERFORM THE WORK WITH ITS OWN BONAFIDE EMPLOYEES AND SUBCONTRACTORS, AND DID NOT BID FOR THE BENEFIT OF ANOTHER CONTRACTOR. THE BIDDER ACKNOWLEDGES THAT THIS IS AN UNSWORN DECLARATION, EXECUTED UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE UNITED STATES AND/OR FALSE DECLARATION UNDER THE LAWS OF MISSOURI, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS. THE FAILURE TO PROVIDE THIS CERTIFICATION IN THIS BID MAY MAKE THIS BID NON-RESPONSIVE, AND CAUSE IT TO BE REJECTED. THE BIDDER CERTIFIES THAT THE BIDDER'S COMPANY KNOWINGLY EMPLOYS ONLY INDIVIDUALS WHO ARE AUTHORIZED TO WORK IN THE UNITED STATES IN ACCORDANCE WITH APPLICABLE FEDERAL AND STATE LAWS AND ALL PROVISIONS OF MISSOURI EXECUTIVE ORDER NO. 07-13 FOR CONTRACTS WITH THE CONTRACTING AUTHORITY. Check this box ONLY if the bidder REFUSES to make any or all of these certifications. The bidder may provide an explanation for the refusal(s) with this submittal.

_______________________________________________________________________________________ Signature of Bidder’s Owner, Officer, Partner or Authorized Agent

_______________________________________________________________________________________ Please print or type name and title of person signing here

Attest: _______________________________________________________________________________________ Secretary of Corporation if Bidder is a Corporation Affix Corporate Seal (If Bidder is a Corporation) NOTE: If bidder is doing business under a fictitious name, the bid shall be executed in the legal name of the individual, partners, joint ventures, or corporation, and registration of fictitious name filed with the secretary of state, as required by sections 417.200 to 417.230 RSMo. If the bidder is a corporation not organized under the laws of Missouri, it shall procure a certificate of authority to do business in Missouri, as required by section 351.572 et seq RSMo. A certified copy of such registration of fictitious name or certificate of authority to do business in Missouri shall be filed with the Missouri Highways and Transportation Commission, as required by the standard specifications. (14) TRAINEES: No trainees will be required under this contract.

(15) SUBCONTRACTOR DISCLOSURE: Requirements contained within Sec 102.7.12 of the Missouri

Standard Specification for Highway Construction shall be waived for this contract.

(16) PROJECT AWARD: This project will be awarded to the lowest, responsive, responsible bidder.

Contractor Name: __________________________________________________

Hepperman Road Reconstruction P-4

(17) SALES AND USE TAX EXEMPTION: St Charles County, a tax exempt entity, will furnish a Missouri

Project Exemption Certificate as described in Section 144.062 RSMo to the awarded contractor who in turn may use the

certificate to purchase materials for a specific project performed for the tax exempt entity. Only the materials and supplies

incorporated or consumed during the construction of the project are exempt. The certificate will be issued to the contractor for

a specific project for a defined period of time.

Contractor Name: __________________________________________________

Hepperman Road Reconstruction P-5

ITEMIZED BID: The bidder should complete the following section in accordance with Sec 102.7. The bidder proposes to furnish all labor, materials, equipment, services, etc. required for the performance and completion of the work, as follows:

HEPPERMAN ROAD RECONSTRUCTION BID FORM

SUMMARY OF QUANTITIES ITEM

NO. DESCRIPTION UNITS QUANTITY

UNIT

PRICE EXTENSION

ROADWAY ITEMS

201-20.10 CLEARING AND GRUBBING LS 1

202-20.10 REMOVAL OF IMPROVEMENTS LS 1

203-50.00 UNCLASSIFIED EXCAVATION CY 28257

203-70.00 UNSUITABLE SUBGRADE CY 500

304-05.04 TYPE 5 AGGREGATE FOR BASE (4IN.THICK) SY 31646

310-10.03 GRAVEL (A) SY 704

401-12.09 BITUMINOUS PAVEMENT MIXTURE PG64-22,

(BP-1) TONS 3212.9

401-30.00 BITUMINOUS PAVEMENT MIXTURE PG64-22

(BASE) TONS 15332.6

407-10.05 TACK COAT GAL 1350

502-11.06 CONCRETE PAVEMENT (6 IN. NON-REINF) SY 934.7

502-11.07 CONCRETE PAVEMENT (7 IN. NON-REINF) SY 344.8

604-00.01 ADJUST UTILITY VALVE EA 4.0

604-00.02 CONVERT EXISTING INLET TO MANHOLE

AND ADJUST TO GRADE EA 1.0

604-00.03 ADJUST MANHOLE TO GRADE EA 4.0

606-10.10 GUARDRAIL TYPE A LF 521

606-10.12 END ANCHOR EA 5

606-30.15 TYPE A CRASHWORTHY END TERMINAL EA 1

608-30.06 6 IN. CONCRETE MEDIAN SY 13

608-50.06 PAVED APPROACH, 6 IN. SY 1011.2

609-10.10 CONCRETE CURB (6" HEIGHT AND UNDER)

TYPE S LF 176

609-10.41 CONCRETE GUTTER TYPE A LF 15

609-10.42 CONCRETE GUTTER TYPE B LF 257

609-10.43 CONCRETE CURB AND GUTTER (6IN.) LF 7086

609-20.11 INTEGRAL CURB (6 IN. HEIGHT AND

UNDER) TYPE A LF 245

611-30.20 FURNISHING AND PLACING TYPE 2 ROCK

BLANKET CY 123.0

612-10.05 CONSTRUCTION SIGNS SF 587

612-10.25 CHANNELIZER (TRIM LINE) EA 128

612-50.00 PROJECT INFORMATION SIGNS LS 1

613-10.14 SAWCUT (ANY DEPTH) LF 887

616-10.30 TYPE III MOVEABLE BARRICADE EA 3

617-

36.00D

TEMPORARY TRAFFIC BARRIER,

CONTRACTOR FURNISHED / RETAINED LF 615

Contractor Name: __________________________________________________

Hepperman Road Reconstruction P-6

618-10.00 MOBILIZATION LS 1

619-10.00 PAVEMENT EDGE TREATMENT LF 20407

622-10.01

COLDMILLING BITUMINOUS PAVEMENT

FOR REMOVAL OF SURFACING (3 IN. THICK

OR LESS)

SY 768

627-10.00 CONTRACTOR FURNISHED SURVEYING

AND STAKING LS 1

627-20.00 RESET PROPERTY CORNERS BY

REGISTERED LAND SURVEYOR EA 20

627-30.00 AS-BUILT DRAWINGS LS 1

720-10.00 MECHANICALLY STABILIZED EARTH WALL

SYSTEMS SF 1873

720-10.01 MODULAR BLOCK RETAINING WALL SF 290

726-00.00 SCH. 40 PVC PIPE - 6 IN. (GRAVITY) LF 535

726-10.12 12 IN. CLASS III RCP LF 2329

726-10.15 15 IN. CLASS III RCP LF 1432

726-10.18 18 IN. CLASS III RCP LF 97

726-10.24 24 IN. CLASS III RCP LF 206

726-10.30 30 IN. CLASS III RCP LF 284

726-10.48 48 IN. CLASS III RCP LF 333

726-10.60 60 IN. CLASS III RCP LF 106

731-00.01 CURB INLET EA 22

731-00.02 DOUBLE CURB INLET EA 2

731-00.03 AREA INLET EA 6

731-00.04 GRATE INLET EA 4

731-00.48 PRECAST CONCRETE MANHOLE - 48 IN. EA 1

731-00.96 PRECAST CONCRETE MANHOLE - 96 IN. EA 1

732-

06.12A

12 IN. PRECAST CONCRETE FLARED END

SECTION EA 28

732-

06.15A

15 IN. PRECAST CONCRETE FLARED END

SECTION EA 3

732-

06.30A

30 IN. PRECAST CONCRETE FLARED END

SECTION EA 1

732-

06.48A

48 IN. PRECAST CONCRETE FLARED END

SECTION EA 1

732-

06.60A

60 IN. PRECAST CONCRETE FLARED END

SECTION EA 1

803-10.00a SODDING SY 28306

805-20.00 SEEDING AND MULCHING ACRE 3.6

806-10.00 CURB INLET CHECK EA 39

806-30.00 ROCK DITCH CHECK EA 56

806-41.28 TYPE 1 TURF REINFORCEMENT MAT SY 4572

806-41.30 TYPE 3 TURF REINFORCEMENT MAT SY 193

806-50.00 TEMPORARY SEEDING ACRE 1.0

806-70.00 SILT FENCE LF 8210

806-80.00 TEMPORARY PIPE LF 104

806-90.00 TYPE 1 EROSION CONTROL BLANKET SY 133

903-50.04a PERMANENT SIGNAGE SF 157

Contractor Name: __________________________________________________

Hepperman Road Reconstruction P-7

JSP-F.13 CONVERT PROPERTY FROM SEPTIC TO

PUBLIC SANITARY SEWER EA 3

JSP-F.15 REMOVE AND RELOCATE ENTRANCE

MONUMENT EA 3

JSP-F.20.1 REMOVE AND RELOCATE SPLIT RAIL PVC

FENCE LF 1485

JSP-F.20.2 REMOVE AND REPLACE BARBED WIRE

FENCE LF 24

JSP-F.21 NEW WOOD SPLIT RAIL FENCE (WITH OR

WITHOUT ELECTRIC) LF 218

JSP-F.22 REMOVE AND RELOCATE EXISTING GATE LS 1

JSP-F.25 RESTORATION OF IRRIGATION SYSTEMS EA 3

JSP-F.27 PONDEROSA FENCING LF 504

JSP-F.28 PASTURE SEED MIXTURE ACRE 0.2

JSP-F.29 TYPE 2 ROCK DITCH LINER CY 10.1

SIGNING, STRIPING, SIGNALS, AND LIGHTING ITEMS

620-10.00 TYPE 2 PREFORMED MARKING TAPE

(GROOVED), LEFT/RIGHT ARROW EA 14

620-10.01

TYPE 2 PREFORMED MARKING TAPE

(GROOVED),12 IN. WHITE, YIELD LINE

TRIANGLES

EA 10

620-00.00 TEMPORARY PAVEMENT MARKING PAINT

4 IN., WHITE LF 29668

620-00.01 TEMPORARY PAVEMENT MARKING PAINT

4 IN., YELLOW LF 19315

620-00.24 TEMPORARY PAVEMENT MARKING PAINT

24 IN., WHITE LF 24

620-50.00

4 IN. WHITE EXTRUDED THERMOPLASTIC

PAVEMENT MARKING PAINT WITH DROP-

ON BEADS

LF 13280

620-50.01

4 IN. YELLOW EXTRUDED

THERMOPLASTIC PAVEMENT MARKING

PAINT WITH DROP-ON BEADS

LF 15340

620-50.06

6 IN. WHITE EXTRUDED THERMOPLASTIC

PAVEMENT MARKING PAINT WITH DROP-

ON BEADS

LF 150

620-50.24

24 IN. WHITE EXTRUDED THERMOPLASTIC

PAVEMENT MARKING PAINT WITH DROP-

ON BEADS

LF 190

620-50.25

24 IN. YELLOW EXTRUDED

THERMOPLASTIC PAVEMENT MARKING

PAINT WITH DROP-ON BEADS

LF 280

BIKE AND PEDESTRIAN ITEMS

608-60.04 4" THICK CONCRETE SIDEWALK SY 203.0

TOTAL ALL ITEMS

TOTAL BID (Written):

Contractor Name: __________________________________________________

Hepperman Road Reconstruction P-8

SAMPLE BID BOND

BID BOND

KNOW ALL PERSONS BY THESE PRESENTS, that we __________________________________

_________________________________________________________________________________________________

as principal and ____________________________________________________________________________________

as surety, are held and firmly bound unto the county of St Charles Missouri (acting by and through the St Charles County

Highway Department) in the penal sum of_________________________________________________________

Dollars ($ ) to be paid to the County to be credited to the county road fund, the

principal and surety binding themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally,

firmly by these presents.

Sealed with our seals and dated this ____________________________________________________

THE CONDITION OF THIS OBLIGATION is such that

WHEREAS the principal is submitting herewith a bid to St Charles County on _____________

________________________________________________________________________________________________

in St Charles County, for project (s) ____________________________________________________________________

_________________________________________________________________________________________________

for construction or improvement of county roadway as set out in said bid;

NOW THEREFORE, if the County shall accept the bid of the principal and if the principal shall properly execute and

deliver to the County the contract, contract bond, and evidence of insurance coverage in compliance with the requirements of

the bid, the specifications, and the provisions of section 227.100 RSMo, to the satisfaction of the County, then this obligation

shall be void and of no effect, otherwise to remain in full force and effect.

In the event the said principal shall, in the judgment of the County, fail to comply with any requirement as set forth in

the preceding paragraph, then St Charles County, acting by and through the Highway Department, shall immediately and

forthwith be entitled to recover the full penal sum above set out, together with court costs, attorney's fees, and any other

expense of recovery.

The principal and surety hereby certify that the document is the original or a verbatim copy of the bid bond form

furnished by the County, in accordance with Sec 102.9 of the St Charles County Standard Specifications for Arterial Highway

Construction.

_________________________________________ Principal

SEAL By__________________________________________ Signature

___________________________________________ Surety

SEAL By___________________________________________ Signature of Attorney in Fact

NOTE: This bond must be executed by the principal, and by a corporate surety authorized to conduct surety business in the

state of Missouri.

Contractor Name: __________________________________________________

Hepperman Road Reconstruction P-9

AUDIT CLAUSE FOR CONTRACTS

Examination of Records

The Contractor's records which shall include, but not be limited to, accounting records (hard copy, as

well as computer readable data), written policies and procedures, subcontractor files, indirect cost

records, overhead allocation records, correspondence, instructions, drawings, receipts, vouchers,

memoranda, and any other data relating to this contract shall be open to inspection and subject to

audit and/or reproduction by the County Auditor, or a duly authorized representative from the

County, at the County's expense. The contractor shall preserve all such records for a period of three

years, unless permission to destroy them is granted by the County, or for such longer period as may

be required by law, after the final payment. Since the Contractor is not subject to the Missouri

Sunshine Law (Chapter 610, RSMo), information regarding the Contractor's operations obtained

during audits will be kept confidential.

The Contractor shall require all subcontractors under this contract to comply with the provisions of

this article by including the requirements listed above in written contracts with the subcontractors.

Vendor Information

Company Name: ____________________________________________________

Business Address: ___________________________________________________

____________________________________________________

Business Hours______________________________________________________

Phone:____________________________ FAX: ____________________________

Email Address:______________________________________________________

Contact Person:______________________________________________________

Authorized Signature:_________________________________________________

(Indicates acceptance of all bid terms and conditions)

Date: _______________________________________

Contractor Name: __________________________________________________

Hepperman Road Reconstruction P-10

DBE SUBMITTAL FORMS

(6) DBE Submittal Forms: This form must be submitted by 4 p.m. three (3) business days after bid opening.

(A) DBE Contract Goal: By submitting this bid, the bidder certifies that the bidder is familiar with

the DBE Program Requirements in this contract. The contract DBE goal for the amount of work to be awarded is

0% of the total project price. The bidder shall also complete the DBE Submittal Form in accordance with the

program requirements.

(B) DBE Participation: The bidder certifies that it will utilize DBE's as follows:

0.0 % OF TOTAL CONTRACT

NOTE: Bidder must fill in the above blank. If no percentage is specified, the bidder certifies that it agrees to, and

will comply with the contract goal. If a percentage below the contract goal is specified, then the bidder must

submit complete documentation of good faith efforts to meet the DBE contract goal, immediately below.

(C) Certification of Good Faith Efforts to Obtain DBE Participation: By submitting its

signed bid, the bidder certifies under penalty of perjury and other provisions of law, that the bidder took each of

the following steps to try to obtain sufficient DBE participation to achieve the Commission's proposed DBE

Contract Goal: (Attach additional sheets if necessary).

__________________________________________________________________________________________

__________________________________________________________________________________________

__________________________________________________________________________________________

_________________________________________________________________________________________________

__________________________________________________________________________________________

__________________________________________________________________________________________

__________________________________________________________________________________________

_________________________________________________________________________________________________

__________________________________________________________________________________________

__________________________________________________________________________________________

__________________________________________________________________________________________

__________________________________________________________________________________________

__________________________________________________________________________________________

DBE Form 1 of 3

Contractor Name: __________________________________________________

Hepperman Road Reconstruction P-11

DBE Submittal Forms

Identification of Participating DBEs: The information shown on this page must be completed. If this page is submitted but not signed,

it will not be cause for rejection. The apparent low and second low bidder must file this form with the

__________________________________ ___________________________________________________by 4:00 p.m. on the third

working day after the bid opening. Fax or email transmittal is permitted. The fax number is _________________ and the email

address for submittal is___________________. The original copy must be mailed by overnight mail to the Local Public Agency the

day of the FAX or email transmittal. Contact External Civil Rights at (573) 751-7801 for questions or assistance in completion.

(Note: Submittal of this form is not required if the Contract DBE Goal is 0%)

The undersigned submits the following list of DBEs to be used in accomplishing the work of this contract. The work, supplies or

services, applicable value and percent of total federal contract each DBE is to perform or furnish is as follows:

(A)

DBE Name & Address

(B) Bid Item

numbers

(Or Line

numbers)

(C) $ Value of DBE of Work **

(Unit Price x Quantity of each

item in B, or Lump Sum)

(D) % Of $ Value

Applicable to

DBE Goal **

(100%, 60%)

(E) $ Amount Applicable

to DBE Goal for each

item

(C x D)

(F) % Of Total

Contract

Amount for

each item

(E/Total Contract Amount)

1.

Total Total Total

2.

Total Total Total

3.

Total Total Total

4.

Total Total Total

Total DBE Participation

** Cannot exceed contract amount for given item of work. DBE Form 2 of 3

Contractor Name: __________________________________________________

Hepperman Road Reconstruction P-12

DBE Submittal Forms

(A)

DBE Name & Address

(B)

Bid Item numbers

(C)

$ Value of DBE of Work **

(Unit Price x Quantity of each item in B, or

Lump Sum)

(D)

% Of $ Value Applicable to DBE

Goal **

(100%, 60%)

(E)

$ Amount Applicable to DBE

Goal for each item

(C x D)

(F)

% Of Total Contract Amount for each item

(E/Total Contract

Amount)

Trucking Services

Only used if the DBE owns

the trucks or is leasing from

a DBE firm

100%

Trucking Services

Trucks are leased from non-DBE source

Only Include Fees

for Trucking

Services

Brokered Services

Only Include Fees

for Brokered

Services

Totals (Page 1)

Totals (Page 2)

Totals (additional pages if

needed)

Total DBE Participation

** Cannot exceed contract amount for given item of work.

Company: Date:

By: Title:

DBE Form 3 of 3

Contractor Name: __________________________________________________

Hepperman Road Reconstruction GR-1

GENERAL REQUIREMENTS

GENERAL

St. Charles County reserves the right to add or reduce any quantity of all Contract bid items at the

Contract unit price for that item.

DRAWINGS

Accompanying these specifications are the following drawings, which are to illustrate and become a

part of these specifications:

Description Sheet Number

Title Cover Sheet CVR-01

Quantity Sheets QTY-01 – QTY-08

Typical Sections and Details TYP-01 – TYP-04

Reference Ties and Alignment Info REF-01

Plan and Profile Sheets PNP-01 – PNP-14

Right-of-Way Sheets ROW-1 – ROW-15

Pipe Profile Sheets DRN-01 – DRN-07

Warping Details and Intersection Geometry WRP-01 – WRP-02

Traffic Control and Staging Sheets TCP-1 – TCP-10

Signing and Striping Sheets SIGN-01 – SIGN-07

SWPPP ERO-01 – ERO-07

Retaining Wall Details WAL-01 – WAL-02

Cross Sections XS-01 – XS-57

Drainage Area Maps MAP-01 – MAP-03

The following MoDOT and St. Charles County Standard Plans are not included in the construction

plans, but are included by reference, as follows:

Description Sheet

Number

Excavation and Embankment – Typical Details 203.00E

Superelevation, Spirals and Widening (5 sheets) 203.20F

Temporary Traffic Control Devices (9 sheets) 616.10AS

Temporary Pavement Marking (4 sheets) 620.10C

Rumble Strips (2 sheets) 626.00H

Temporary Erosion Control Measures (6 sheets) 806.10J

Guardrail (7 sheets) 606.00

These drawings and specifications are intended to be so coordinated that any work included in one

and not in the other, shall be executed as if included in both.

Contractor Name: __________________________________________________

Hepperman Road Reconstruction GR-2

All work contemplated and described in the specifications shall be carried out in accordance with the

general and detail drawings made a part thereof and with such additional detail drawings and

directions as may be given from time to time during the progress of the work. On all drawings,

computed dimensions shall take precedence over measurements by scale and full-sized details over

scale drawings.

The CONTRACTOR shall maintain a record set of drawings at the site and mark thereon any

changes as the work proceeds. These drawings shall indicate the vertical and horizontal location of

improvements in plan and profile view.

Upon completion of the work, these “as-built” changes shall be transferred, with changes clearly

identified, onto blueprint drawings which will be furnished to the COUNTY. These “as-built”

drawings, certified by a Land Surveyor or Engineer registered in the State of Missouri, shall be

delivered to the COUNTY ENGINEER for his review and approval prior to final payment.

INSURANCE

The CONTRACTOR shall maintain all required insurance and provide required certificates in

accordance with Section 107.13 of the St Charles County Standard Specifications for Arterial

Highway Construction, 2006.

PERFORMANCE BOND

A bond will be required for the full amount of the contract price with a surety company, conditioned

for the faithful performance of this Contract and the guarantee of the work. Both Contract and bond

shall be executed in quadruplicate and in a form acceptable to the COUNTY. The cost of the

performance bond shall be incidental to the price bid.

PAYMENT AND MATERIALS BOND

A bond will be required for the full amount (100 percent Labor and Material) of the contract price

with a surety company. The bond shall be executed in quadruplicate and in a form acceptable to the

COUNTY. The cost of the payment and materials bond shall be incidental to the price bid.

GOVERNING STANDARD SPECIFICATIONS AND DEFINITION CHANGES

The general requirements, provisions and technical specifications governing the completion of the

work contemplated shall be the St. Charles County Standard Specifications for Arterial

Highway Construction, 2006 (hereinafter referred to as the Standard Specifications) for the

roadway and insurance requirements together with the General and Job Special Provisions and other

County and State requirements contained in the contract documents.

All storm sewer construction shall meet the requirements of the Metropolitan Sewer District,

including materials, installation, and details, as referenced in the contract documents or on the plans.

Special attention is called to the following sections:

Contractor Name: __________________________________________________

Hepperman Road Reconstruction GR-3

A. The contractor shall comply with all the provisions of Section 806 in regards Temporary Water

Pollution and the Storm Water Pollution Prevention Plan.

B. The contractor shall comply Section 106.9 in regards to the Buy America Policy.

C. The contractor shall be familiar with Sections 104.2 Differing Site Conditions, 104.3 Changes in

the Work, 104.4 Notification of Differing Site Conditions and Changes in the Work, 105.1.2

Suspension of Work, 108.6 Temporary Suspension of Work, 108.15 Suspension of Work Directed by

the Engineer, 109.4 Differing Site Conditions and Changes in the Work, and 109.12 Change Orders.

Contract Form, Contract Bond, and CONTRACTOR Acknowledges will be in identical form to

those contained in these specifications.

Whenever reference is made to the requirements of American Society for Testing and Materials

(ASTM), American Association of State Highway and Transportation Officials (AASHTO) or other

specified standard specification the latest current revision thereof shall be used and the English

version shall be used.

REFERENCE STANDARDS

Reference to standards, specifications, manuals, or codes of any technical society, organization, or

association, or to the Laws or Regulations of any governmental authority, whether such reference be

specific or by implication, shall mean the latest standard specification, manual, code, or Laws or

Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if

there were no Bids), except as may be otherwise specifically stated. However, no provision of any

referenced standard, specification, manual, or code (whether or not specifically incorporated by

reference in the Contract Documents) shall be effective to change the duties and responsibilities of

Owner, CONTRACTOR, or Engineer, or any of their Consultants, agents, or employees from those

set forth in the Contract Documents, nor shall it be effective to assign to Engineer, or any of

Engineer's Consultants, agents, or employees, any duty or authority to supervise or direct the

furnishing or performance of the Work.

COORDINATION WITH OTHER CONTRACTORS

There is a possibility that other CONTRACTORS may be working in the vicinity during the

construction of this Contract. The CONTRACTOR shall inform himself fully of the conditions

relating to construction and labor under which the work will be or is now being performed, and the

CONTRACTOR must employ as far as possible such methods and means in carrying out his work as

will not cause any interruptions or interference to any other CONTRACTOR.

When necessary for proper prosecution of work, each CONTRACTOR shall permit the other access

through the overlapping construction areas and the use of any access or haul roads constructed by

others.

Contractor Name: __________________________________________________

Hepperman Road Reconstruction GR-4

SHOP DRAWINGS

In all cases where details or shop drawings are required, the CONTRACTOR shall submit (five

copies) to the COUNTY ENGINEER, St. Charles County, Missouri for review before any of the

work is begun. Should extensive changes be necessary, corrected drawings shall be submitted for

final review. Five (5) copies of the final reviewed drawings will be required. (Two (2) copies will

be returned to the CONTRACTOR.)

The CONTRACTOR shall thoroughly review the shop drawings for compliance with the Contract

drawings and specifications before submitting them to the COUNTY ENGINEER. The shop

drawings shall be stamped “reviewed” by the CONTRACTOR BEFORE submitting them to the

COUNTY ENGINEER.

When it is required to submit material or equipment, shop drawings, manufacturer’s brochures, or

samples for review, said submittals are to be made to the COUNTY ENGINEER through the

General CONTRACTOR.

Each item submitted for approval must be identified by reference to specification paragraph number

and/or plan drawing number.

If the item described or submitted is not exactly as specified by the plans and/or specifications, the

procedure shall be as follows:

With the submittal CONTRACTOR shall state in writing that the item is not exactly as specified by

the plans and/or specifications and he shall state the difference.

At least five (5) copies of the shop drawings, manufacturer’s brochures, or samples shall be

submitted to the COUNTY ENGINEER

The COUNTY ENGINEER will then evaluate the submittal and will transmit the accepted or

rejected submittal to the CONTRACTOR.

When substitutions for the specified items are approved, the submitting CONTRACTOR will be

responsible for all costs incurred due to the changes from plans and/or specifications. This includes

additional design costs, material and equipment costs and any appurtenant cost that may be incurred

by other trades.

The COUNTY and/or CONSULTING ENGINEER will not be responsible for errors in the shop

drawings which their examination and scrutiny many have failed to detect, and the CONTRACTOR

shall be absolutely responsible for the correctness of the drawings furnished by him or his

subcontractors.

Within two (2) weeks after signing the Contract between the COUNTY and the CONTRACTOR,

the CONTRACTOR shall submit a complete list of shop drawings and samples for items of work

and the approximate dates on which they will be submitted for approval. The CONTRACTOR’S

first payment can be withheld if this requirement is not met.

Contractor Name: __________________________________________________

Hepperman Road Reconstruction GR-5

The following shop drawings and/or manufacturers data shall be required:

Asphalt Mix Design (each type to be used) Tack and Prime Coats

Guardrail/End Terminals Seeding and Sodding

Erosion Control Devices Permanent Signage

Pavement Marking and Striping Mechanically Stabilized Wall Systems

Modular Block Retaining Wall Precast Concrete Manholes and Inlets

TRUCK TICKETS

All items, except reinforcing, structural and fabricated steel, to be paid for on the basis of weight,

shall be weighed on a licensed scale and the weight ticket issued at the scale for each load of

material shall be furnished to the ENGINEER at the time of delivery of the material.

Tickets shall show the following information:

St. Charles County

Date

Contractor’s Name

Job Name

Gross and Tare Weights or Volume

Time Left Plant

Ticket Number

Load Number

Type of Material Delivered

RIGHTS-OF-WAY

All improvements will be constructed within the public right-of-way shown on the plans.

Upon completion of the contract work, the CONTRACTOR shall restore, without additional cost to

the COUNTY, all improvements within the right-of-way to substantially the same conditions as they

were at the commencement of the construction work, unless otherwise noted.

At Project Closeout, the ENGINEER will ensure the conditions of areas located outside of the

Existing right-of-way were not damaged, and if damaged were repaired to the same as at the

commencement of the work. Non-approval can result in the withholding of final payment.

All costs resulting from the maintenance or improvement of areas outside the construction limits

depicted on the plans – such as incidental grading, and the repair of improvements damaged by the

CONTRACTOR – shall be borne by the CONTRACTOR.

INSPECTIONS

The CONTRACTOR shall assure that representatives of the COUNTY shall have the privilege of

inspecting and reviewing work done by the CONTRACTOR or his subcontractors on this project, in

accordance with Section 105.10 of the Standard Specifications.

Contractor Name: __________________________________________________

Hepperman Road Reconstruction GR-6

The CONTRACTOR shall also assure that all of his subcontractors, if any, maintain all books,

documents, papers and other evidence pertaining to cost incurred in connection with the Contract

and make such materials available at such CONTRACTOR’s office at all reasonable times during

the contract period.

The COUNTY ENGINEER or his representative on the following items of work will generally make

inspections and job control tests. It shall be the responsibility of the CONTRACTOR to notify the

COUNTY ENGINEER or his representative by 3:00 P.M. of the day preceding any operation that

affects these items.

All Earthwork Operations Backfill (soil against concrete and asphalt)

All Asphalt Operations All aggregate base installation

Seeding Temporary pavement installation

Erosion control installation Striping and signage installation

If any operation which affects the above mentioned items is to be performed on a Monday,

notification must be made to the COUNTY ENGINEER or his representative by 3:00 P.M. of the

preceding Friday. The lack of supervision or inspection by the COUNTY ENGINEER or his

representative shall not relieve the CONTRACTOR of the responsibility to construct the project

according to the plans and specifications. Any work performed or materials used without

authorization by the COUNTY ENGINEER or his representative may be ordered removed and

replaced at the CONTRACTOR’S expense.

The COUNTY shall also reserve the right to inspect any fabricated or manufactured items at the

place of fabrication and/or manufacture, in accordance with Section 105.10 of the Standard

Specifications. The COUNTY’S representative shall be notified in advance of the beginning of the

shop work so the COUNTY’S representative may be present if the COUNTY’S representative

desires. Requests for shop inspection shall be made a minimum of five (5) working days in advance

of the need for inspection. The COUNTY’S representative shall have full access to all parts of the

shop or project site where material is being fabricated or assembled for inspection, and shall be

provided with every reasonable facility for determining the character of material, acceptability of

fabrication, and the masses of the pieces.

LABOR RECORDS

The prime CONTRACTOR and each subcontractor on all projects are required to submit one

certified copy of labor payrolls for each week that work is in progress. In the event that work is

temporarily suspended, the last payroll shall be marked appropriately to note that it will be the last

payroll until work is resumed.

Payrolls to be submitted shall be checked for compliance with the contract requirements. All

payrolls shall be retained for a period of three years after the date on which the project has been

deemed completed.

A certified copy of each weekly payroll must be submitted by the prime CONTRACTOR within 7

days of the payment date of the payroll. The certification may be attached to the payroll or may be

Contractor Name: __________________________________________________

Hepperman Road Reconstruction GR-7

on the payroll itself. The prime CONTRACTOR will be responsible for the submittal of payrolls

and certifications for all subcontractors on the project.

The local agency shall check payrolls, with the following checks being made to insure proper labor

compliance:

A. The employee’s full name as shown on his social security card, his address and social security

number shall be entered on each payroll;

B. Check the payroll for correct employee classification;

C. Check the payroll for correct hourly wage and, where applicable, the correct overtime hourly

rate;

D. Check the daily and weekly hours worked in each classification including actual overtime hours

worked (not adjusted hours);

E. All deductions are listed and the net wage shown. The Form WH-347 (explained in a subsequent

paragraph) is to be used where fringe benefits are paid into established programs. However, if fringe

benefits are paid in cash to the employee, the amount shall be indicated on the payroll.

F. To assure that the payrolls are arithmetically correct, approximately 10% of the extensions on the

first three payrolls shall be checked. The CONTRACTOR is to be advised of any violations noted

on the labor payroll. All the errors are to be corrected by means of a supplementary payroll.

G. All checking by the local agency shall be made in red pencil and initialed by the checker.

H. Final payrolls shall be marked “Final” or “Last Payroll”.

I. A record of all payrolls is to be maintained by the local agency.

The prime CONTRACTOR and each subcontractor are required to submit a weekly statement of

compliance within seven days of the payment date of each payroll period. This statement, Form

WH-347, is to be submitted in the prescribed form as set out in the “Required Contract Provisions”

included in the contract. A record of all statements is to be maintained by the COUNTY.

LABOR POSTINGS

The following information is required to be posted on the project and in the St. Charles County

Highway Department office. Postings of any such other information as required by State and/or

Federal wage/labor laws shall also be made.

1. In the COUNTY ENGINEER’S office:

a. Missouri Equal Employment Opportunity Notice

b. PR-206, Title 18, Section 1020, Notice on False Statements

2. On the project:

a. Missouri Equal Employment Opportunity Notice

b. State Wage Rates

c. PR-206, Title 18, Section 1020, Notice on False Statement

d. Form PR-809, Wage Rate Information

e. CONTRACTOR’s and Subcontractor’s EEO Policy Statements and name, address and

telephone number of designated EEO Officers

Contractor Name: __________________________________________________

Hepperman Road Reconstruction GR-8

COORDINATION OF WORK

The CONTRACTOR shall cooperate with and so coordinate his work under this Contract to

minimize cross-interference with the following:

1. Utility relocation arranged or constructed by the COUNTY.

2. Any utility relocation performed by any private utility. CONTRACTOR needs to show on

his schedule how he plans to work with the utility relocations. Utility scheduling is further

addressed in Section D of the Job Special Provisions. Contractor’s attention is directed to Section

105.7 of the Standard Specifications regarding coordination with utility companies.

3. Local access to abutting property owners.

4. Mail delivery service. CONTRACTOR must coordinate with the Post Office to ensure that

mail delivery is not interrupted on any parcel at any time during the project. If temporary mail boxes

are required, the CONTRACTOR will be responsible for procuring, installing and maintaining. All

work associated with providing mail service is considered incidental and no direct payment will be

made. Reinstallation of the permanent mail boxes will be done in such a manner that the mail box is

in equal or better condition than at the beginning of construction. No direct payment for mailbox

construction will be made.

CONFLICT WITH PERSONNEL

If a conflict between personnel of the CONTRACTOR and the COUNTY escalates to the point that

it hinders the progress of the Work and cannot be settled amicably, the CONTRACTOR’s personnel

involved in the conflict shall be removed from the project.

A personnel conflict shall not give cause for the CONTRACTOR to terminate this Contract nor to

pull off employees from active job sites. If the CONTRACTOR withdraws crews, the COUNTY

may, at its sole discretion, consider the Contract to be terminated under the provisions of Article 14

of the County-Contractors Agreement. If the COUNTY so determines, notices shall be given as set

forth therein.

NOTICE TO OWNERS AND AUTHORITIES

CONTRACTOR shall notify owners of adjacent property and utilities when prosecution of the Work

may affect them.

When it is necessary to temporarily deny access to property, or when any utility service connection

must be interrupted, CONTRACTOR shall give notices sufficiently in advance to enable the affected

persons to provide for their needs. Notices shall conform to any applicable local ordinance and,

whether delivered orally or in writing, shall include appropriate information concerning the

interruption and instructions on how to limit inconvenience caused thereby.

Contractor Name: __________________________________________________

Hepperman Road Reconstruction GR-9

CONSTRUCTION AND TRAFFIC CONTROL SIGNS AND BARRICADES

All signs and barricades as detailed on the Plans shall be furnished, installed and maintained by the

CONTRACTOR. The CONTRACTOR shall meet all requirements of the latest revision of the

MUTCD “Manual on Uniform Traffic Control Devices”. No traffic switches will be made without

the necessary temporary or permanent signage and/or striping in place meeting the requirements of

the Standard Specifications and/or the MUTCD.

TESTS

The CONTRACTOR shall notify the COUNTY ENGINEER of the sources of all materials in order

that required tests and approval of source materials can be made without delaying the project. The

COUNTY shall perform its own testing or employ a testing agency to make soil, compaction,

asphalt, and other tests identified in these specifications. Concrete cylinders will be made in

accordance to ASTM C 39. Unless otherwise directed, the cylinders shall be tested at the following

intervals:

1 at 7 days

1 at 14 days

1 at 28 days

1 held until completion of project

CONTRACTOR may request additional cylinders be made and broken early. The cost of the

additional cylinders and testing will be borne by the CONTRACTOR.

The COUNTY at their discretion and at their cost may make additional concrete tests and the

CONTRACTOR shall cooperate. The CONTRACTOR is responsible to certify all necessary tests

have been performed on prefabricated assemblies such as precast box culverts and modular wall

units.

EMERGENCY PROVISIONS AND INCIDENT MANAGEMENT (DSP-90-11F)

The CONTRACTOR shall have communication equipment on the construction site or immediate

access to other communication systems to request assistance from the police or other emergency

agencies for incident management. In case of traffic accidents or the need for police to direct or

restore traffic flow through the job site, the CONTRACTOR shall notify police or other emergency

agencies immediately as needed. The COUNTY engineer's office shall also be notified when the

CONTRACTOR requests emergency assistance.

In addition to the 911 emergency telephone number for ambulance, fire or police services, the

following agencies may also be notified for accident or emergency situation within the project limits.

Missouri Highway Patrol (314) 340-4000

Fire and Ambulance: 911

St. Charles County Police: (636) 949-3000

Contractor Name: __________________________________________________

Hepperman Road Reconstruction GR-10

This list is not all inclusive. Notification of the need for wrecker or tow truck services will remain

the responsibility of the appropriate police agency.

The CONTRACTOR shall notify enforcement and emergency agencies before the start of

construction to request their cooperation and to provide coordination of services when emergencies

arise during the construction at the project site. When the CONTRACTOR completes this

notification with enforcement and emergency agencies, a report shall be furnished to the engineer on

the status of incident management.

No direct pay will be made to the CONTRACTOR to recover the cost of the communication

equipment, labor, materials or time required to fulfill the above provisions.

EROSION CONTROL MEASURES

The CONTRACTOR shall provide adequate erosion control features in accordance with any local,

state and federal regulations, this includes the St. Charles County Erosion Control and Sediment

Guidelines as well as in accordance with the Construction Plans. The CONTRACTOR shall submit

any additions or deletions from their provided erosion control plan to the COUNTY for approval

prior to the start of construction.

PROGRESS SCHEDULE

The CONTRACTOR shall, prior to or at the preconstruction meeting, prepare and submit to the

COUNTY ENGINEER for approval a detailed schedule of all operations showing the following:

1. The anticipated time of commencing and completion of various operations to be

performed under this Contract.

2. The estimated time required for fabrication and/or delivery of all materials and

equipment required for the work.

3. Utilities relocations by others and how it affects CONTRACTOR schedules.

The COUNTY ENGINEER may require the CONTRACTOR to adjust his plan, equipment or

construction forces, if progress falls behind the approved schedule such that completion within the

specified time appears doubtful.

The CONTRACTOR must update the progress schedule and resubmit to the County for acceptance

anytime work falls behind the current accepted schedule.

PROGRESS REPORTS

The CONTRACTOR shall submit progress reports on a monthly basis beginning the first Friday

after award of the project and continuing through closeout of the project. The reports shall briefly

describe work accomplished during the time period and projected work for the next time period.

They shall indicate the project number, and the days the CONTRACTOR was unable to work due to

conditions beyond his control (list specific reason, i.e. rain, cold, etc.). They shall be in a neat,

legible form and submitted to the COUNTY (four copies).

Contractor Name: __________________________________________________

Hepperman Road Reconstruction GR-11

PROGRESS PAYMENTS

CONTRACTOR shall submit original signed monthly pay requests to the COUNTY ENGINEER by

the tenth of the month. Payment will be made by the first of the next month. The pay request will

reflect the following changes and totals made on past invoices for:

Contract Amount

Total Change Order amounts

Pay Item quantities of work completed that month

Additional pay items

Previously paid invoices

Total retainage to date Total amount due this pay request

Retainage shall be administered in accordance with Section 109.9 of the Missouri Standards

Specifications for Highway Construction, 2011. All references therein to “Commission” are

understood as replaced with “County.” Section 109.9.1.2 shall be disregarded in its entirety.

Retainage, as defined per the Missouri Standards Specifications for Highway Construction, 2011,

shall be further administered in accordance with RSMo 34.057, which is included in its entirety for

informational purposes as follows:

34.057 RSMo

Nothing in this section shall prevent the owner from withholding payment or final payment from the

contractor, or a subcontractor or material supplier. Reasons for withholding payment or final

payment shall include, but not be limited to, the following: liquidated damages; unsatisfactory job

progress; defective construction work or material not remedied; disputed work; failure to comply

with any material provision of the contract; third party claims filed or reasonable evidence that a

claim will be filed; failure to make timely payments for labor, equipment or materials; damage to a

contractor, subcontractor or material supplier; reasonable evidence that a subcontractor or material

supplier cannot be fully compensated under its contract with the contractor for the unpaid balance of

the contract sum; or citation by the enforcing authority for acts of the contractor or subcontractor

which do not comply with any material provision of the contract and which result in a violation of

any federal, state or local law, regulation or ordinance applicable to that project causing additional

costs or damages to the owner.

First payment will not be made until the following items have been approved by the COUNTY.

Project Schedule

Erosion Control Plan

Traffic Control Plan

Subsequent progress payments will be suspended unless the CONTRACTOR’s project schedule is

up to date and acceptable to the County, and weekly payroll statements of compliance are current.

Contractor Name: __________________________________________________

Hepperman Road Reconstruction GR-12

HOURS OF WORK

During Central Standard Time-CST, all work is to be accomplished between the hours of 7:00 a.m.

and 6:00 p.m. Monday through Friday and between 7:30 a.m. and 5:00 p.m. on Saturday. During

central daylight saving time, all work is to be accomplished between the hours of 6:30 a.m. and 6:00

p.m. Monday through Friday and between 7:30 a.m. and 5:00 p.m. on Saturday. CONTRACTOR

shall notify COUNTY no less than 48 hours in advance of any work scheduled to be done on

Saturday. No work shall be performed on Sunday. Work outside of these hours, including

incidentals, can only be done following a written request to and subsequent written approval from

the COUNTY ENGINEER.

PROTECTION DURING CONSTRUCTION

During the progress of the work, the CONTRACTOR shall protect all existing and new work from

injury or defacement and particular care shall be taken of all finished parts. Any damage occurring

to the work from any cause, including any damage caused by others and utilities, shall be properly

repaired and/or replaced at the CONTRACTOR’S expense to the satisfaction of the COUNTY

ENGINEER.

The CONTRACTOR is also responsible for any repair and/or maintenance required throughout the

project from the Notice to Proceed until final acceptance. These maintenance items or repairs

include but are not limited to pothole repair, resurfacing temporary roads, maintenance of utility

cuts, mowing, etc.

CLEANING UP

The CONTRACTOR shall have all rubbish and debris removed from the premises from time to time

as directed by the COUNTY ENGINEER. Upon the completion of the work, the premises shall be

left in a neat and presentable condition.

TEMPORARY FACILITIES

Temporary Toilet For Workmen --The CONTRACTOR shall provide temporary toilet facilities

conforming to requirements of all Health and Sanitation Codes for use by workmen employed on the

project. The location of the toilet shall be as directed by the COUNTY ENGINEER and the

facilities shall be kept in a clean, sanitary condition at all times. The cost for the temporary toilet

shall be included in the bid price for other work.

Temporary Light and Power -- The CONTRACTOR shall provide and pay all charges for temporary

light and power, as required for the work.

Temporary Water -- The CONTRACTOR shall provide and pay for temporary water service, as

required for the work.

Temporary Field Office -- The CONTRACTOR may provide and maintain a temporary field office

for his use. The COUNTY ENGINEER shall approve the location of the proposed office. No direct

payment will be made for this work.

Contractor Name: __________________________________________________

Hepperman Road Reconstruction GR-13

HAULING OVER STREETS

All streets over which hauling is performed shall be kept reasonably clean of spilled or tracked-on

materials at all times and shall be thoroughly cleaned of such materials daily, within one hour after

the suspension of hauling operations if said street is used by the traveling public.

The CONTRACTOR will be required to secure from the proper City, County, and State authority

any permits which may be required to haul over city, County or state streets, and any hauling

operation shall be subject to the requirements of such permits and to any applicable City, County or

State regulations and ordinances governing hauling and the movement of equipment over said city,

County, or state streets. CONTRACTOR is reminded that they must follow posted weight limits for

bridges.

CUTTING AND PATCHING

The CONTRACTOR shall do all cutting, fitting, or patching of his work that may be required to

make its several parts connect with the existing conditions as shown upon, or reasonably implied by

the plans and specifications and as may be directed by the ENGINEER.

Any cost caused by defective or ill-timed work shall be borne by the party responsible therefore as

determined by the COUNTY.

The CONTRACTOR shall not endanger any work by cutting, digging, or otherwise, and shall not

cut or alter the work of any other CONTRACTOR without the consent of the ENGINEER.

WORK IN EXISTING DRAINAGE AREA

The attention of the BIDDER is directed to the fact that the site of the work conveys overland and

piped storm water drainage. The CONTRACTOR shall inform himself fully, of the conditions

relating to the construction and labor under which work will be performed. The CONTRACTOR

shall employ as far as possible such methods and means in carrying out his work as not to cause any

interruptions or interference to the flow of storm water. The CONTRACTOR shall take special care

to prevent the obstruction of the existing or new storm water facilities. In addition, all debris and

material that could cause obstruction to downstream culverts, if a storm were to occur, must be

removed immediately. All excavation shall be planned and executed in a manner to minimize the

duration of exposure of unprotected soils. All borrow areas and embankments shall be managed to

prevent sediment from entering nearby water or land. Disturbed areas shall be restored with

permanent vegetative diversion, or siltation retention facilities shall be provided to protect water

courses.

USE OF ST. CHARLES COUNTY IN ADVERTISING.

The successful bidder is specifically denied the right of using in any form or medium the names of

St. Charles County or any other public entity within the St. Charles County for public advertising

unless express written permission is granted.

Contractor Name: __________________________________________________

Hepperman Road Reconstruction GR-14

SUBSTITUTE AND “OR-EQUAL” ITEMS.

The Contract, if awarded, will be on the basis of materials and equipment specified or described in

the Bidding Documents without consideration of possible substitute or "or-equal" items.

Application for review of substitute or "or-equal" materials or equipment will not be considered

by ENGINEER until after the Effective Date of the County-Contractors Agreement.

The materials, products, systems and equipment described in the Bidding Documents establish a

minimum standard of required function, dimension, appearance and quality, which must be met by

any proposed substitution.

No substitution of the materials, products, systems and equipment described in the Bidding

Documents will be considered prior to receipt of Bids unless written request for approval has been

received by the COUNTY at least seven (7) days prior to the date for receipt of Bids. Each such

request shall include the name of the material, product, system or equipment for which substitution

will be made and a complete description of the proposed substitute including drawings, costs,

performance and test data and any other information necessary for an evaluation. A statement

setting forth any changes in other materials, products, systems, equipment, or other Work that

incorporation of the substitute would require shall be included in each such request. The COUNTY,

at its sole discretion, may approve or disapprove the proposed substitute.

If the COUNTY approves any proposed substitution prior to receipt of Bids, such approval will be

set forth in an Addendum. BIDDERS shall not rely upon approvals made in any other manner.

No substitutions will be considered after the Contract is awarded unless specifically provided in the

Contract Documents.

PROJECT SUBMITTALS AND CLOSEOUT

Although not an all-inclusive list, the following submittals shall be required by the CONTRACTOR

prior to the start of construction:

Bid Guaranty Submitted:___________

Contract Agreement Submitted:___________

Performance Bond Submitted:___________

Payment & Materials Bond Submitted:___________

Certificate of Insurance Submitted:___________

Preliminary Work Schedule Submitted:___________

List of Desired Substitutions Submitted:___________

List of Subcontractors Submitted:___________

Contractor Name: __________________________________________________

Hepperman Road Reconstruction GR-15

The following documents are required from the CONTRACTOR to make Final Payment and to

submit with the Final Reimbursement Request:

Prevailing Wage Affidavit Submitted:___________

(Prime & Subcontractors)

Contractor's Certification Regarding Submitted:___________

Settlement of Claims (Prime)

Contractor's Final Lien Waiver (Prime) Submitted:___________

Contractor's Final Pay Invoice (Prime) Submitted:___________

Contractor's Final Breakdown of D.B.E. Submitted:___________

Participation. If goals were not met, include documentation as to why (Prime).

The CONTRACTOR shall close out the project in the following manner or as otherwise directed by

the COUNTY ENGINEER:

Final inspection and approval by the COUNTY ENGINEER.

Any claim from his subcontractors, utilities, or adjacent property owners must be cleared.

Final inspection and approval from all State and COUNTY agencies involved in the project.

CONTRACTOR shall supply as-built markups, if required, on a clean set of drawings to the

COUNTY ENGINEER at closeout.

CONTRACTOR, including all subcontractors, shall supply final lien waivers for all material, labor

and equipment with final pay request.

Contractor Name: ___________________________________________________

Hepperman Road Reconstruction JSP-1

JOB SPECIAL PROVISIONS

TABLE OF CONTENTS

(Job Special Provisions shall prevail over Specification and/or General Provisions whenever in conflict therewith)

A. HEPPERMAN ROAD Project Specific Requirements

B. Contract Time for Completion of Work

C. Work Zone Traffic Management Plan

D. Utility Coordination

E. Revisions to the Standard Specifications

F. Additions to Standard Specifications / Job Special Provisions

G. Modifications to Measurement and Payment

H. Guidelines for Obtaining Environmental Clearance for Location-specific Locations

I. Americans with Disabilities Act (ADA) Compliance and Final Acceptance of

Constructed Facilities

J. Special Property Owner Agreements

A. HEPPERMAN ROAD PROJECT SPECIFIC REQUIREMENTS

1. Traffic Control and Detours

1.0 The handling of traffic shall be the responsibility of the CONTRACTOR and shall consist

of furnishing, locating, and maintaining all barriers, warning lights, signs, flagmen, and other

work and materials which may be required to properly protect the work and provide safety to the

public. Battery type flashers will be used by the CONTRACTOR in areas he deems necessary;

however, no direct payment shall be made for flashers. Such devices shall be organized

following the guidelines of the latest revision of the MUTCD - Manual on Uniform Traffic

Control Devices.

1.1 Roadways shall remain open at all times during construction except for short intervals of

time when the movement of the CONTRACTOR’S equipment will seriously hinder the safe

movement of traffic. Periods during which the CONTRACTOR will be allowed to halt traffic

shall be as authorized by the ENGINEER.

1.2 Except during working hours, the CONTRACTOR shall not park vehicles or store

equipment or materials within 30 feet of the edge of pavement carrying traffic, unless the

equipment, vehicles, or materials are located in a properly protected area or an off-site storage

area or as otherwise directed by the ENGINEER.

1.3 In addition to Section 616 of the Standard specifications, when two-way vehicular traffic

is handled over a single lane, each flagger (minimum of 2) involved in controlling traffic through

and along the work area shall be equipped with a portable transceiver radio when not within sight

of each other. Under NO circumstances shall two-way traffic be handled over a single lane

Hepperman Road JSP-2

without the proper flagmen in place each equipped with a stop-slow hand signaling device

meeting the requirements of the MUTCD.

1.4 The ENGINEER shall have the authority to limit or cease any of the CONTRACTOR'S

operations which, in his opinion, may hamper or impede the safe flow of traffic.

1.5 Appropriate signs shall be provided and maintained by the CONTRACTOR throughout

the project per Part 6 of the Manual on Uniform Traffic control Devices. The number of signs,

locations, and wording shall be approved by the ENGINEER before installation.

1.6 Traffic control devices shall conform to latest edition of MODOT Standard Specification

Sections 612, 616, 617, and 620. The CONTRACTOR shall maintain traffic during construction

in accordance with MODOT Standard Specification Section 104.7.

1.7 The CONTRACTOR shall provide access to driveways at all times unless approval has

been otherwise given by the property owner. Proof of such approval must be provided to the

ENGINEER.

1.8 Method of Measurement and Payment.

1.8.1 The work provided herein will not be measured for payment, as it will be considered

incidental, except for channelizers, construction signs, permanent signs, project signs, temporary

pavement, temporary traffic barrier, pavement edge treatment, and temporary signing and

striping. These items will be paid for at the contract unit price indicated in the bid form.

Furnishing, installing, relocating, and maintaining all traffic control devices not included under

other bid items including warning lights, flagmen, and other work and materials which may be

required to properly protect the work and provide safety to the public will not be paid for

separately and shall be considered incidental.

1.9 The placement of channelizers, signage, etc. shall be in the proper quantity and spacing as

specified in the MUTCD and/or Standard Specifications.

1.10 Construction signs will be paid for at the unit bid price for providing the signs and initial

placement on the project. Maintenance of the construction signs and relocations within and

between intersections and stages will be considered incidental to other contract work.

1.11 Type III movable barricades will be paid for at the unit bid price for providing the

barricades and initial placement on the project. Maintenance of the barricades and relocations

within and between stages will be considered incidental to other contract work.

1.12 Temporary striping will be paid for at the unit bid price for placement of temporary

striping. Removal of temporary striping shall be incidental to the price for temporary striping

and no additional payment shall be paid for removal.

1.13 No payment will be made for any temporary work (pavement repair, steel plates, etc.)

associated with staging of any construction.

Hepperman Road JSP-3

1.14 Temporary, short term, daytime closures of one lane of the existing roadways may be

permitted for the placement of storm sewers, paving operations and other types of work,

provided the proper signage and flagmen are in place. Operations will be immediately

suspended should traffic restrictions be attempted on the existing roadway without the necessary

flagmen being in place and properly equipped. No further payment will be made on the project

until the CONTRACTOR has provided to the County sufficient proof that proper flagging

procedures will be followed during any future operations requiring it.

1.15 In addition to the requirements spelled out under Paragraph C of this section, the

CONTRACTOR is hereby advised that regular (no less than twice weekly) checks of the traffic

control devices placed under this contract shall be conducted. The CONTRACTOR shall take

immediate action to correct any devices found to be missing, out of place, or in need of repair or

cleaning. Failure to correct any deficiency, whether found by the CONTRACTOR or as notified

by the County, will result in the removal of any payment for traffic control devices (construction

signs and moveable barricades) from the CONTRACTOR’S invoice until such time the

corrections are made and the devices are in place according to the original plan, or any approved

modification thereof.

1.16 No traffic switch can be made unless the necessary striping, whether temporary or

permanent, is in place. Sufficient notice must be given to the County to allow proper notification

to be made regarding the proposed traffic switch.

1.17 The CONTRACTOR shall be responsible for obtaining permits from MoDOT for

installing construction and detour signage within MoDOT right-of-way.

2. Erosion Control Monitoring

2.1 Regular maintenance of the erosion control measures must be performed to ensure that

property off the right-of-way is not impacted by runoff from the project. Failure to properly

maintain the erosion control structures may be cause for suspension of work by the County until

the necessary corrections are made. In accordance with Standard Specifications Paragraph

105.1.2 “Suspension of Work”, any suspension will be considered non-excusable and non-

compensable and the calendar day count will continue.

2.2 With grading taking place directly adjacent to roadways, the CONTRACTOR will be

required to have signs and equipment on hand to immediately address any localized flooding

problems that may occur on the roadway. A 24-hour contact number must be given for flooding

emergencies that might arise during non-work hours. Should the CONTRACTOR fail to

immediately respond to any report of flooding, the County reserves the right to take the measures

necessary to correct the problem. The County will then deduct from the CONTRACTOR’s

next invoice an amount equal to 5 times the costs incurred in responding to the problem.

2.3 The CONTRACTOR will be required to inspect all erosion control devices installed and

inspect the entire project limits for erosion control issues. This inspection will be required

weekly and after every rain event of 0.5 inches of precipitation or greater. The erosion control

inspections will be required every week from the Notice to Proceed until the County issues final

acceptance. The CONTRACTOR shall ensure all needed devices have been installed, are

working properly, have been properly maintained, and are in good condition. The

Hepperman Road JSP-4

CONTRACTOR shall ensure no sediment is leaving the project limits, and that areas of future

earth disturbance areas are protected. After each inspection the CONTRACTOR shall submit to

the Engineer an Erosion Control Project Inspection Record every Monday and within 24 hours of

a rain event. In case of a Monday holiday, the report will be required the next business day. The

Engineer will provide the CONTRACTOR with the required Erosion Control Project Inspection

Record forms. Failure to submit the required report or accurately report erosion issues may

result in a delay of processing invoice payments, or a suspension of work. Any suspension of

work will be considered non-excusable and non-compensable, and the calendar day count will

continue.

The following is a copy of the Erosion Control Project Inspection Record: (next page)

Hepperman Road JSP-5

EROSION CONTROL PROJECT INSPECTION RECORD

Weekly Report Runoff Event Report

Project: Report No.

Date of Inspection:

Date of last runoff event: Rainfall amount since last report: (inches)

Disturbed Area on Project: (acres) Authorized Area on Project: (acres)

Are all required BMP’s installed? Yes No

If No, list location(s) and Type of BMP required:

Are all installed BMP’s properly maintained? Yes No

If No, list location(s):

Have all deficient BMP’s since last report been corrected within 7 days? Yes No

N/A

If No, explain why:

Are there areas where land disturbance operations have permanently or temporarily stopped?

Yes No

If Yes, list where these areas are located and note if temporary or permanent:

Inspector Name:

Inspector Signature: Date:

Hepperman Road JSP-6

2.4 Special Drainage Considerations

2.4.1 CONTRACTOR will make provisions to alleviate any temporary flooding caused by

staging of work. The CONTRACTOR shall provide temporary ditches, temporary connections to

completed storm sewer systems or pumping as necessary to ensure that, as a minimum, two ten

(10) foot wide traffic lane exist at all times except for within specified closure areas. Payment

for the maintenance of traffic shall be considered incidental to the work and no direct payment

will be made for the installation or removal of any measure necessary to fulfill the intent of this

section.

2.4.2 Water covering more than five (5) feet of the travel lane or greater than or equal to three

(3) inches in depth on the roadway surface will not be allowed.

2.4.3 The CONTRACTOR should be prepared to provide this maintenance 24 hours a day, 7

days a week, as necessary from the Contract NTP until Final Acceptance.

3. Contractor Safety Officer

Special attention is directed to Paragraph 107.4.1 of the Standard Specifications regarding the

identification of the Contractor’s Safety Officer. In cases of calls from the County Police

Department or other public safety agencies regarding public safety hazards arising from or

related to the work performed under this contract, the County will first try to contact the

Contractor’s on-site representatives (Superintendent or Project Manager) for correction. When

unable to reach the on-site representatives, or in cases where they are non-responsive, the County

will contact the Safety Officer. It will be the responsibility of the Superintendent, Project

Manager, or Safety Officer to take the actions necessary to immediately correct the public safety

concerns identified, regardless of the day or time.

B. CONTRACT TIME FOR COMPLETION OF WORK

Completion of this contract shall be in accordance with Section 108.7 and will be administered

by a calendar day completion basis. Completion is defined as 100% of the contract items

completed including correction of deficiencies.

Regardless of when the work is begun on this contract, all work shall be completed within 425

Calendar Days from the date of the written Notice to Proceed.

Should the CONTRACTOR, or in case of default, the surety fail to complete the work within the

calendar days specified, a deduction in the amount of $1000 will be made for each and every

calendar day that the contract remains uncompleted in accordance with the requirements of

Section 108.8.

Hepperman Road JSP-7

C. WORK ZONE TRAFFIC MANAGEMENT PLAN

Description. Work zone traffic management shall be in accordance with applicable portions of

Division 100 and Division 600 of the Standard Specifications, and specifically as follows.

2.0 Traffic Management Schedule.

2.1 Traffic management schedules shall be submitted to the engineer for review prior to the start

of work and prior to any revisions to the traffic management schedule. The traffic management

schedule shall include the proposed traffic control measures, hours traffic control will be in

place, and work hours.

2.2 The contractor shall notify the engineer prior to lane closures or shifting traffic onto

detours.

2.3 The engineer shall be notified as soon as practical of any postponement due to weather,

material or other circumstances.

2.4 In order to ensure minimal traffic interference, the contractor shall schedule lane closures

for the absolute minimum amount of time required to complete the work.

2.5 Traffic Congestion. The contractor shall, upon approval of the engineer, take proactive

measures to reduce traffic congestion in the work zone.

2.5.1 Traffic Delay. The contractor shall be responsible for maintaining the existing traffic

flow through the job site during construction. If disruption of the traffic flow occurs and traffic

is backed up in queues of 15 minute delays or longer, then the contractor shall review the

construction operations which contributed directly to disruption of the traffic flow and make

adjustments to the operations to prevent the queues from occurring again.

2.5.2 Where traffic queues extend to within 1000 feet (300 m) of the ROAD WORK AHEAD,

or similar, sign on a divided highway or to within 500 feet (150 m) of the ROAD WORK

AHEAD, or similar, sign on an undivided highway, the contractor shall extend the advance

warning area, as approved by the engineer.

3.0 Work Hour Restrictions.

The CONTRACTOR shall not perform any construction operation on the roadway, including the

hauling of material within the project limits, during restricted periods, holiday periods, or other

special events specified in the contract documents.

Lane Closures. The County may utilize changeable message sign(s) to assist the

CONTRACTOR in notifying motorists of future traffic disruption and possible delays one week

prior to lane closures. The changeable message sign(s) shall be installed at a location as

approved or directed by the ENGINEER.

Hepperman Road JSP-8

D. UTILITY COORDINATION

1.0 The CONTRACTOR is hereby notified that utility relocations may be necessary on this

project and may or may not be in various stages of completion. As a result, the CONTRACTOR

acknowledges and should be fully prepared for his operations to be impacted by conflicts of

varying degree. As required by Sections 102.5.5 and 105.7 of the Standard Specifications, the

CONTRACTOR shall be responsible for contacting utilities and coordinating his work with the

ongoing relocations.

1.1 It is understood that CONTRACTOR may be unable to complete certain portions of the

work due to utility conflicts, therefore additional calendar days have been built into the contract

for that possibility. As a result, there may be no additional days awarded for utility conflicts,

particularly during winter months.

1.2 CONTRACTOR shall perform clearing for utilities immediately upon Notice to Proceed.

Additionally, CONTRACTOR shall supply, at no additional cost, any necessary staking to

facilitate the relocation of utilities.

1.3 Should a level of conflict arise beyond the limitations above whereby the utility

relocation work requires a temporary suspension of work due to its impact on the

CONTRACTOR’S major operation of work, an adjustment of the contract time for completion

of work will made by utilizing the weighted time table.

1.4 Suspension of work will only be given where the utility conflicts are such that the

CONTRACTOR’S major operation is impacted enough to prevent reasonable progress.

Reasonable effort to work around the conflict will have to be shown by the CONTRACTOR

before any suspension of work will be considered by the ENGINEER.

1.5 For informational purposes only, the following is a list of names, addresses, and

telephone numbers of the known utility companies in the area of the construction work for this

improvement:

Ameren Gas

Matt Greminger

200 N. Callahan Road

Wentzville, MO 63385

Phone: 636-639-8305

Cuirve River Electric Coop

Stan Winkle

1112 East Cherry / P.O. Box 160

Troy, MO 63379

Phone: 636.528.8261

CenturyLink

Marcia Gay

1151 Centurytel Drive / P.O. Box 751

Wentzville, MO 63385

Laclede Gas Company

Dave Sherman

6400 Graham Road

St. Louis, MO 63134

Phone: 314-575-8423

City of Wentzville

Doug Lee & Greg Wallace

200 Fourth Street

Wentzville, MO 63385

Phone: 636-639-2050

Public Water Supply District No. 2

Matt Jaspering

100 Water Drive P.O. Box 967

O’Fallon, MO 63366

Hepperman Road JSP-9

Ameren Missouri

Dan Giessmann

200 N. Callahan Road

Wentzville, MO 63385

1.5 The County does not warrant that the above listing or the depiction of utility lines or

facilities on other bidding documents are complete or accurately reflect either all utilities or their

precise locations within or adjacent to the project limits or the status of any relocation work.

1.6 The contractor agrees that any effects of the presence of the utilities, their relocation,

contractor’s coordination of work with the utilities and any delay in utility relocation shall not be

compensable as a suspension of work, extra work, a change in the work, as a differing site

condition or otherwise including but, without limitation, delay, impact, incidental or

consequential damages. The contractor’s sole remedy for the effects of the presence of utilities,

delay in their relocation or any other effects shall be an excusable delay as provided in Section

105.7.3. The contractor waives, for itself, its subcontractors and suppliers the compensability of

the presence of utilities, delay in their relocation and any cost to the contractor, its subcontractors

and suppliers in any claim or action arising out of or in relation to the work under the contract.

1.7 The contractor shall be solely responsible and liable for incidental and consequential

damage to any utility facilities or interruption of the service caused by it or its subcontractors

operation. The contractor shall hold and save harmless the County from damages to any utility

facilities interruption of service by it or its subcontractor’s operation.

E. REVISIONS TO THE STANDARD SPECIFICATIONS

SECTION 109 MEASUREMENT AND PAYMENT

Delete Section 109.9.1 Withholding of Retained Percentage, and replace with the following:

109.9.1 Withholding of Retained Percentage. Retainage of the contractor’s payment will

not automatically be applied; however, the County may withhold payment for any of the

following deficiencies, or for others as determined by the Engineer:

liquidated damages

unsatisfactory job progress

defective construction work or material not remedied

disputed work

failure to comply with any material provision of the contract

third party claims filed or reasonable evidence that a claim will be filed

failure to make timely payments for labor, equipment or materials

damage to a contractor, subcontractor or material supplier

reasonable evidence that a subcontractor or material supplier cannot be fully

compensated under its contract with the contractor for the unpaid balance of the

contract sum

citation by the enforcing authority for acts of the contractor or subcontractor

which do not comply with any material provision of the contract and which result

Hepperman Road JSP-10

in a violation of any federal, state or local law, regulation or ordinance applicable

to that project causing additional costs or damages to the owner.

Delete Section 109.9.2 Release of Retained Percentage, and replace with the following:

109.9.2 Release of Retained Percentage. That portion of the contractor’s payment that is

retained for project deficiencies, including but not limited to those identified in Section

109.9.1, shall be released upon correction of the deficiency prompting the retained

payment to the satisfaction of the Engineer.

Delete Section 109.9.3 Release with Pending Claims

SECTION 203 ROADWAY AND DRAINAGE EXCAVATION, EMBANKMENT, AND

COMPACTION

Delete Section 203.2.6, and replace with the following:

203.2.6 Unsuitable Subgrade. Where excavation to the finished graded section results in

a subgrade or slopes of unsuitable material, the engineer may require the contractor to

remove the unsuitable material, and backfill to the finished graded section with approved

material.

203.2.6.1 Prior to the Engineer classifying an area as unsuitable subgrade, the contractor

shall have performed Compacting in Cut in accordance with Sec 203.3.5. The material in

question shall be given a reasonable duration and opportunity, as determined by the

engineer, to achieve optimum moisture prior to reinstalling during the compacting in cut

operations. If the compacting in cut work has not improved the stability of the material,

the engineer may classify the material as unsuitable subgrade.

203.2.6.2 The contractor shall conduct his operations in such manner that the engineer

may make the necessary measurements before the backfill is placed. The engineer will

determine the type of backfill material required based upon the field conditions to

provide to a stable foundation for the roadway. The engineer may order additional

excavation beyond the pay limits established for roadway excavation in order to remove

material found unsuitable for roadway construction. Measurement for the volume of

unsuitable material excavated beyond or outside the limits shown on the plans or

established by the specifications for roadway excavation will be made by the engineer.

Delete Section 203.3.5, and replace with the following:

203.3.5 Compacting in Cut. Cut compaction, after removal of the roadway excavation

material to the required pavement or lowest base course, shall be temporarily exposed for

the full width between roadway inslopes. A surface parallel to the pavement slope, 12

inches below the bottom of the pavement or lowest base course, shall be temporarily

excavated for the full width between roadway inslopes. The exposed surface material,

below the excavated layer, shall be manipulated and compacted to no less than the

required density to a depth of 6 inches. The material above this compacted plane shall be

spread in layers not exceeding 8-inch loose thickness, each layer being wetted or dried as

Hepperman Road JSP-11

necessary and compacted to the specified density. The entire volume of material so

handled and compacted, including the 6-inch layer compacted in place, will be

considered as Compacting in Cut. All Class A material having a liquid limit of 40 or

more, including the 6-inch layer compacted in place, shall be compacted at no less than

the optimum moisture content.

Add the flowing to Section 203.2

203.2.18 Proof Rolling of Subgrade. The Engineer may require the contractor to proof

roll the subgrade prior to the placement of embankment, after the completion of

compacting in cut, prior to the placement of aggregate bases or pavements, and when

embankments cannot be constructed with density or moisture control. The proof roll shall

be with a truck loaded to the maximum single legal axle gross weight of 20,000 pounds

or the maximum tandem axle gross weight of 34,000 pounds or as approved by the

Engineer. The truck shall be operated at a speed less than 10 mph. A minimum of one

pass maybe performed in each lane. All proof rolling operations shall be done in the

presence of the engineer.

Delete Section 203.7.2, and replace with the following:

203.7.2 Payment for authorized excavation of unsuitable material, placement of an

approved backfill material to create a stable foundation for the pavement, and disposal of

the unsuitable material will be made at a unit price of $45 per cubic yard of additional

excavation.

SECTION 501 PORTLAND CEMENT CONCRETE

Delete Section 501.2.2 Mix Design, and replace with the following:

501.2.2 Mix Design. The proportions of cement, fine aggregate, and coarse aggregate for

portland cement concrete shall be as specified by the engineer within the applicable limits

of the specifications for the class of concrete designated in the contract. All fine

aggregate used for concrete driveways, concrete sidewalk, curb ramps, and paved

approaches shall contain only Finish Sand or Meramec Sand. The engineer assumes no

responsibility for the volume of concrete produced or furnished for the work.

SECTION 608 CONCRETE MEDIAN, MEDIAN STRIP, SIDEWALK, STEPS, AND

PAVED APPROACHES

Delete Section 608.2.1 and replace with the following:

608.2.1 Concrete sidewalks, curb ramps, and steps shall be constructed of Class B

concrete or pavement concrete, except that all fine aggregate used for concrete sidewalks,

curb ramps, and steps shall contain only Finish Sand or Meramec Sand.

Delete Section 608.2.2 and replace with the following:

Hepperman Road JSP-12

608.2.2 Concrete medians, median strips, and paved approaches 6 inches thick or greater

shall be constructed of pavement concrete. Concrete medians, median strips, and paved

approaches less than 6 inches thick shall be constructed of either Class B concrete or

pavement concrete. All fine aggregates used for paved approaches shall contain only

Finish Sand or Meramec Sand.

SECTION 620 – PAVEMENT MARKINGS

Replace Sections 620.2.2 and 620.80 from the St Charles County Standard Specifications for

Arterial Highway Construction with the following sections:

620.2.2 Permanent Pavement Marking.

620.2.2.1 On roadways open to traffic, permanent pavement marking shall be in place no later

than five days after final paving operations. Permanent pavement marking applications for

surface treatments requiring more than five days of cure shall be placed in accordance with

manufacturer’s recommendations and as directed by the engineer.

620.2.2.2 On roadways open to traffic, any pavement marking obliterated by milling, grinding or

resurfacing operations shall be replaced with temporary pavement marking in accordance with

Sec 620.2.5 no later than the end of the same day unless, on the final surface, the permanent

pavement marking material specified in the contract is placed by the end of the day. Pavement

marking shall be replaced in the same configuration as the previously existing pavement marking

unless otherwise shown on the plans or directed by the engineer.

620.2.2.3 When installing permanent pavement marking, the contractor shall begin intermittent

pavement marking, starting with the gap, immediately after the last existing intermittent

pavement marking to maintain the specified cycle length along the entire length of the

intermittent pavement marking line.

620.2.2.4 If the permanent pavement marking cannot be placed according to these specifications

and the road is to be opened to traffic with no permanent pavement marking in place, the

contractor shall, at the direction of the engineer, place and maintain temporary pavement

marking at the contractor’s expense. The contractor shall remove temporary pavement marking

and place the permanent pavement marking according to these specifications and as directed by

the engineer.

620.2.2.5 The pavement in the area to have permanent pavement marking applied shall be

cleaned by high speed blown air just prior to the placement of the marking material. The cost of

the air blowing surface preparation shall be included in the cost of the pavement marking bid

item.

620.2.2.6 The contractor shall be responsible for laying out pre-marks onto the roadway in the

areas to receive permanent pavement markings, as indicated on the pavement marking maps

and/or as directed by the engineer. Centerlines on all two lane roadways shall be pre-marked and

permanently marked as close to the center of the roadway as possible, regardless of street width

deviations. The cost of pre-marking the roadway shall be included in the cost of the pavement

marking bid item. Off center deviations greater than 6 inches for greater than 100 feet in length

Hepperman Road JSP-13

may be rejected, requiring their removal and replacement at no cost to the County.

SECTION 805 - SEEDING

Description: In accordance with Section 805.3.2, the following seed mixture shall be applied at

the rate specified.

Pounds of Pure

Seed Name Live Seed/Acre

Alta Fescue 50

Annual Ryegrass 30

Creeping Red Fescue 50

Sweet Clover 25

Mulching: All seeded areas are to be mulched in accordance with Section 802 of the St. Charles

County Standard Specifications for Arterial Highway Construction, 2006 Edition.

Method of Payment: Payment for seeding shall be at the contract unit price of per acre and shall

cover the cost to mulch all seeded areas.

SECTION 903 HIGHWAY SIGNING.

Delete Subsection 903.3 and substitute the following:

903.3 Permanent signs shall be placed as indicated on the design plan(s) or as directed by the

Engineer. All signs shall be fabricated with High Intensity Prismatic (HIP) reflective sheeting

that meets or exceeds both ASTM D4956-09 Type III, Type IV, and ASTM D4956-07 Type X

specifications. Signs shall be screen printed unless otherwise approved. Otherwise, they must

meet or exceed Sec 1042 requirements unless shown differently on the plans.

903.3.1 PERMANENT SIGNS AND STREET IDENTIFICATION SIGNS.

All signs not shown on the plans to be specifically mounted using tubular steel or wooden post

should be mounted onto a 2 inch by 2 inch 12 gauge perforated square galvanized steel tubing

post. These posts shall be bolted to a 2.5 inch by 2.5 inch 12 gauge perforated square galvanized

steel foundation tube extending at least 36 inches below the foundation tube top. This includes

relocated signs.

B. All street identification signs shall be 0.080” minimum thick aluminum covered in high

intensity prismatic green reflective sheeting with direct applied high intensity prismatic white

letters. The characters of the street identification ground mounted signs must be compliant with

the 2009 MUTCD, latest revision, currently 6 inch minimum upper-case and 4.5 inch lower-case

letters.

(c) Each street identification sign will consist of two signs, one bolted on each side of perforated

square post. The two signs are to be bolted together at each end and for payment purposes will

be measured and paid for as one sign.

Hepperman Road JSP-14

Basis of Payment. This work will be measured and paid for at the contract unit price of square

feet for PERMANENT SIGNING, or other designated bid items chosen. This price shall include

furnishing signs, fastener materials, and installing the sign panel.

F. ADDITIONS TO STANDARD SPECIFICATIONS

F.1 SECTION 402 PLANT MIX BITUMINOUS SURFACE LEVELING

Add the flowing to Section 402.2:

402.2.3 Reclaimed Asphalt. The asphalt binder content of recycled asphalt materials

shall be determined in accordance with AASHTO T 164, ASTM D 2172 or other

approved method of solvent extraction. A correction factor for use during production may

be determined for binder ignition by burning a sample in accordance with AASHTO T

308 and subtracting from the binder content determined by extraction.

402.2.3.1 Reclaimed Asphalt Pavement.Reclaimed Asphalt Pavement (RAP) may be

used in any mixture, except SMA mixtures. Mixtures may be used with more than 30

percent virgin effective binder replacement provided testing according to AASHTO M

323 is included with the job mix formula that ensures the combined binder meets the

Hepperman Road JSP-15

grade specified in the contract. All RAP material, except as noted below, shall be tested

in accordance with AASHTO T 327, Method of Resistance of Coarse Aggregate

Degradation by Abrasion in the Micro-Deval Apparatus. Aggregate shall have the

asphalt coating removed either by extraction or binder ignition during production. The

material shall be tested in the Micro-Deval apparatus at a frequency of once per 1500

tons. The percent loss shall not exceed the Micro-Deval loss of the combined virgin

material by more than five percent. Micro-Deval testing will be waived for RAP material

obtained from MoDOT roadways. All RAP material shall be in accordance with Sec

1002 for deleterious and other foreign material. The aggregate specific gravity shall be

determined by performing AASHTO T 209 in accordance with Sec 403.19.3.1.2 and

calculating the Gse to which a 0.98 correction factor will be applied in order to determine

Gsb as follows:

100 − Pb

Gse = 100 _ Pb

Gmm Gb

RAP Gsb = RAP Gse X 0.98

402.2.3.2 Reclaimed Asphalt Shingles. Reclaimed Asphalt Shingles (RAS) may be used

in any mixture specified to use PG 64-22 in accordance with AASHTO PP 53 except as

follows:

For mixtures containing RAS or a combination of RAS and RAP, the RAS contribution

shall not exceed 20 percent effective virgin binder replacement. Mixtures containing a

combination of RAS and RAP may have a maximum 30 percent effective virgin binder

replacement with no virgin binder grade change. Mixtures containing a combination of

RAS and RAP may have a 30 to 40 percent effective virgin binder replacement under the

following conditions: (1) with a virgin binder grade change from a PG64-22 to a PG 58-

28 or (2) with a combination of a PG64-22 binder and a rejuvenator provided testing

demonstrates that a PG58-28, meeting the requirements of AASHTO M320, is achieved.

Shingles shall be ground to 100 percent passing the 3/8-inch sieve. Waste, manufacturer

or new, shingles shall be essential free of deleterious materials. Post-consumer RAS shall

not contain more than 1.5 percent wood by weight or more than 3.0 percent total

deleterious by weight. Post-consumer RAS shall be certified to contain less than the

maximum allowable amount of asbestos as defined by national or local standards. The

bulk specific gravity of RAS used in the job mix formula shall be 2.600.

RAS Gsb = 2.600

The gradation of the aggregate may be determined by solvent extraction of the binder or

using the following as a standard gradation:

Shingle Aggregate Gradation

Sieve Size Percent Passing by Weight

3/8 inch 100

No. 4 95

Hepperman Road JSP-16

No. 8 85

No. 16 70

No. 30 50

No. 50 45

No. 100 35

No. 200 25

F.2 SECTION 620 - PAVEMENT MARKING

Add Section 620.90.3.3.9 to the St. Charles County Standard Specifications for Arterial

Highway Construction, 2006:

F.3 SECTION 620.90.3.3.9 – CLEANING ASPHALT PAVEMENT FOR STRIPING

On new asphaltic concrete pavement, cleaning operations shall not begin until after the new mat

has reached ambient temperature. The extent of cleaning on new asphaltic concrete shall be such

that 75 percent of the stone substrate is exposed.

Add Section 620.90.3.3.9 to the St. Charles County Standard Specifications for Arterial

Highway Construction, 2006:

On new asphaltic concrete pavement, cleaning operations shall not begin until after the new mat

has reached ambient temperature. The extent of cleaning on new asphaltic concrete shall be such

that 75 percent of the stone substrate is exposed.

F.4 DISPOSAL OF EXCESS MATERIAL

The Missouri Solid Waste Management Law and its ancillary regulations, 10 CSR 80-1 through

9, provide for the proper disposal of solid waste. The CONTRACTOR must comply with the

provision of applicable regulations during highway and bridge construction activities. These

activities oftentimes involve the generation of “excess material”, which in many instances can

also be considered “solid waste” under the definitions of the Department of Natural Resources

(DNR) Solid Waste Management Program.

Many types of excess material are not regulated by the DNR’s Solid Waste Management

Program. Such “clean fill” includes uncontaminated soil, rock, sand, gravel, concrete, minimal

amounts of wood and metal and inert solids as approved by rule or policy by DNR’s Solid Waste

Management Program. These materials are basically not considered solid waste, and may be

disposed of without prior approval from DNR’s Solid Waste Management Program. Other

substances which are not included in this list of materials may require special approval by the

DNR’s Solid Waste Management Program prior to disposal in areas other than approved

landfills.

Hepperman Road JSP-17

Disposal of any other material which does not fit this “clean fill” definition must be in

accordance with DNR’s (or local) regulations and it shall be the CONTRACTORs responsibility

to provide appropriate documentation (i.e. landfill receipts or a private OWNER waiver letter or

statement from DNR) that the disposal will not violate applicable laws or regulations.

No direct payment will be made for any expense incurred by the CONTRACTOR by reason of

his compliance with these requirements.

F.5 ON-THE JOB TRAINING SPECIAL PROVISIONS (OJT TSP)

Not used. No trainee hours.

F.6 REMOVAL OF IMPROVEMENTS

Description. This work shall consist of the removal and disposal of all existing improvements

on each parcel, except those designated or permitted to be left in place or to be removed under

other items of work, from the right of way and within the limits of any construction easement

outside the right of way, in accordance with Section 202 of the Standard Specifications.

Removal of improvements shall include all items listed in Section 202.12.2 as well as

uncontaminated storage tanks, box culverts, bridges, signs, fences, and any other miscellaneous

items that may interfere with the proposed improvements.

Construction Requirements. Regulated solid waste, including waste tires, must be handled,

transported and disposed of in accordance with the Missouri Solid Waste Management Law,

260.200 - 260.345, RSMO., and its regulations. Documentary proof of proper transport and

disposal of this waste (e.g., sale tickets, cancelled checks and/or receipts) shall be forwarded to

MDNR. Documentary proof and information regarding compliance with the Solid Waste

Management Law and regulations may be directed to MDNR's Solid Waste Management

Program.

All salvaged material shall become the property of the CONTRACTOR and shall not be stored

upon the right of way, nor shall any portion of the right of way be used by the CONTRACTOR

as a sales yard. All discarded material or debris shall be disposed of at locations furnished by the

CONTRACTOR or at locations on the right of way approved by the ENGINEER.

Pavement, sidewalks, curbs, etc. shall be removed to the nearest joint or clean saw cut, in

accordance with the details shown on the plans. Pavement shall be removed only as required for

construction of the improvements. Any pavement removed unnecessarily shall be replaced at the

CONTRACTOR’S expense.

All above ground concrete and masonry improvements, fences, posts, as well as other structures

on the parcel, shall be removed to adjacent surface grades.

All trees, shrubs or other vegetation within the limits of the CONTRACTOR'S backfilling

operations shall be removed and disposed of in accordance with Section 201.

Hepperman Road JSP-18

Any item left in place for use by the public or an adjoining property OWNER that is damaged

due to the CONTRACTOR'S operations, the item shall be repaired or replaced in a manner

satisfactory to the ENGINEER and in accordance with Section 107.12.

Only approved materials free of trees, stumps, rubbish and any other deleterious materials shall

be used in the construction of backfills. Rock, broken concrete or other solid material shall not

be placed in bridge fill slopes or areas.

The CONTRACTOR shall leave in place any walls or structure that retains adjacent property to

ensure lateral support to that property. In addition, any wall perpendicular to and connected to

said wall or structure shall remain in place and connected to the wall for a distance at least one-

half the height of the wall. The slope of the top of the perpendicular wall shall be one-half

horizontal to one vertical (1/2:1) (1:1/2), or flatter, sloping downward from the top of the wall or

structure.

The CONTRACTOR shall exercise great care during removal operations to avoid damage to

these adjacent structures. If damage occurs, the CONTRACTOR shall repair or replace the

structures to the specifications above, or to a condition which ensures lateral support to the

adjacent property. The repairs or replacements shall be reviewed in advance by the ENGINEER.

In the event the CONTRACTOR encounters what is reasonably suspected to be a hazardous

material, the CONTRACTOR shall immediately cease working on the parcel and notify the

ENGINEER. The CONTRACTOR may continue working on the parcel only after receiving

notification from the ENGINEER that the suspected material is not hazardous or that the

hazardous material has been abated.

Basis of Payment. Removal of all improvements, as described above, including flexible and

rigid pavement removal required for construction of the storm drainage system, new pavement

widening and other improvements, sidewalks, curb and gutter, drive entrances, inlets, inlet

stones, mailboxes, etc. in connection with the Work shall be paid for contract unit lump sum

price for REMOVAL OF IMPROVEMENTS, and no additional compensation will be allowed.

F.7 FULL DEPTH SAWCUT

Description. This work shall consist of Saw Cutting as required to complete the removals

described in Removal of Improvements.

Construction Requirements. All saw cuts for removals shall be full depth.

Basis of Payment. Saw cuts will be paid for at the contract unit price per lineal foot for FULL

DEPTH SAWCUT.

F.8 CLEARING AND GRUBBING

Description. This work shall consist of Clearing and Grubbing and shall be in accordance with

Section 201 of the Standard Specifications. The CONTRACTOR is advised that Clearing and

Grubbing operations shall begin within five (5) days of the Notice to Proceed date given for this

project.

Hepperman Road JSP-19

Construction Requirements. Where tree removal conflicts with existing underground utilities,

the CONTRACTOR shall cut the tree off at the ground line and grind the stump as directed by

the ENGINEER.

Method of Measurement. The work provided herein will not be measured for payment, but

will be considered a lump sum unit. This work shall include all areas necessary to be cleared and

grubbed to complete the project.

Basis of Payment. The accepted clearing and grubbing will be paid for at the contract unit lump

sum price for CLEARING AND GRUBBING.

F.9 UNCLASSIFIED EXCAVATION

Description. This work shall consist of excavation, disposal, placement, and compaction of

materials within the project limits in accordance with Section 203 of the Standard Specifications.

Construction Requirements. It is the responsibility of the CONTRACTOR to determine the

best location for storage of the excess material and the amount of material that will be needed for

each stage of the project. No additional compensation will be allowed for stockpiling excess

material for later use.

Basis of Payment. This work shall be paid for at the contract unit price per cubic yard for

Unclassified Excavation.

F.10 GRAVEL (A) – DRIVEWAY

Description. This work shall consist of furnishing, placing, and compacting an aggregate

surface course for driveways in accordance with Section 310 of the Standard Specifications.

Materials. Aggregate for this work shall be Grade A, per Section 1006

Construction Requirements. Shaping and compaction of aggregates shall be in accordance

with Section 304.3.5 of the Standard Specifications.

Basis of Payment. This work shall be paid for at the contract unit price per square yard for

Gravel (A).

F.11 MODULAR BLOCK WALLS

The CONTRACTOR will be required to submit design plans, details, and computations as

according to Section 720 of the St. Charles County Standard Specifications. The

CONTRACTOR will need to submit to the ENGINEER all material, fabrication and construction

requirements for erecting and constructing the wall systems.

Specific attention is noted that the CONTRACTOR shall be required, at no direct pay, to

perform a global stability check during the design of any wall. The CONTRACTOR shall also

Hepperman Road JSP-20

be responsible, at no direct pay, for all geotechnical investigations required for the design and

construction of the walls.

Modular Block Walls only: Maximum-stacked vertical height of wall units, prior to wall drain

fill and backfill placement and compaction, shall be as recommended by the wall supplier and

stated in the shop drawings. Actual limits of the granular backfill shall be determined by the

CONTRACTOR and the wall manufacturer. At the end of each day’s operations, the

CONTRACTOR shall shape the last level of select granular fill to permit runoff of rainwater

away from the wall face. The CONTRACTOR shall not allow surface runoff from adjacent areas

to enter the wall construction site.

F.12 TURF REINFORCMENT MAT

Turf Reinforcement Mat (types and material properties) shall conform to the requirements of

Section 1011 of the Missouri Department of Transportation Standard Specifications for Highway

Construction, current edition.

F.13 CONVERT PROPERTY FROM SEPTIC TO PUBLIC SANITARY SEWER

Description. This work shall consist of the field verification, design, layout, and construction of

sanitary sewer systems to connect properties previously on septic sewer systems to the City of

Wentzville’s Public Force Main, per Special Agreements made in property negotiations by the

COUNTY.

The lines shown on the plans are considered approximate and no design work has been

completed by the ENGINEER. The lines are intended to convey intent for the work, which is

prioritized by:

1. Connection to gravity sewer via gravity lateral

2. Connection to gravity sewer via grinder pump

3. Connection to Hepperman Rd force main via grinder pump

Construction Requirements. It is the responsibility of the CONTRACTOR to determine the

best location for the connection to existing manholes, the best location on private property to

place the Grinder Pump, the size of the grinder pump, and the required appurtenances for making

the connection to the existing force main.

Method of Measurement. Measurement of gravity lines will be made to the nearest linear foot

of actual gravity sewer placed. The quantity of pipe located in the Bid is estimated based on best

available information at the time of bidding. No measurement will be made for additional items

related to the sanitary sewer construction.

Basis of Payment. Payment for Gravity Sewer lines will be made to the nearest linear foot for

Schedule 40 PVC Gravity Sewer, 6-Inch.

Payment for connecting a gravity system into the City’s force main will be made on a “Per Each”

basis and shall include all labor and materials including the new grinder pump, housing, force

main piping, and necessary appurtenances required to connect into the existing force main.

Hepperman Road JSP-21

Any required grading, compaction, bedding, backfill, site restoration, or other items directly

affecting the CONTRACTOR’s ability to convert the property from a septic sewer to the public

system will be considered incidental to the bid item per each. Included in such incidental work is

that required to abandon and remediate the existing septic fields on the affected properties.

No additional payment will be made to connect a proposed gravity sewer into an existing

manhole, including drilling, breaking, or sawing to allow for the connection; or patching or

grouting around the connection. This work shall be considered incidental to the other bid items

corresponding to the work.

F.14 DRAINAGE STRUCTURES

Description. All sewer construction shall meet the requirements of the current edition of the

Metropolitan St. Louis Sewer District (MSD) Standard Construction Specifications for materials,

installation, and details, as referenced in the contract documents or on the plans.

Basis of Payment: Drainage structures shall be paid for on a “Per Each” basis regardless of

depth of structure.

F.15 REMOVE AND REPLACE ENTRANCE MONUMENTS

Description. This work shall consist of the relocation (if feasible) or reconstruction of existing

subdivision entrance monuments and brick monument columns located at Pinewood Trails Drive

and on Parcel 40, as shown on the plans.

Construction. If the contractor successfully can relocate the monument or columns without

dismantling and rebuilding, this method is preferred by the Owner. However, if this method is

not practical or feasible, the dismantling, rebuilding, and replacement of damaged landscaping

shall be covered under this bid item.

If the contractor elects to rebuild the monument or columns, the contractor has the option to

reuse existing materials or new materials similar in size, color, and design as what is being

removed. If existing materials are reused, materials shall be clean from previous mortar, and

shall not be damaged or broken.

Method of Measurement. Measurement of this item shall be on a per each monument or

column actually relocated or reconstructed.

Basis of Payment. Payment to relocate an existing subdivision monument or column on private

property, complete and in place, will be paid for on a “Per Each” basis. Such payment shall

include all labor and materials to relocate the monument in whatever manner is chosen. No

differentiation will be made between relocating the monument or column as a whole and

rebuilding the monument or column with existing or new materials.

F.16 SPECIAL DRAINAGE CONSIDERATIONS:

CONTRACTOR will make provisions to alleviate any temporary flooding caused by staging of

work. The CONTRACTOR shall provide temporary ditches, temporary connections to

Hepperman Road JSP-22

completed storm sewer systems or pumping as necessary to ensure that, as a minimum, two ten

(10) foot wide traffic lane exist at all times except for within specified closure areas. Payment

for the maintenance of traffic shall be considered incidental to the work and no direct payment

will be made for the installation or removal of any measure necessary to fulfill the intent of this

section.

Water covering more than five (5) feet of the travel lane or greater than or equal to three (3)

inches in depth on the roadway surface will not be allowed.

The CONTRACTOR should be prepared to provide this maintenance 24 hours a day, 7 days a

week, as necessary from the Contract NTP until Final Acceptance.

F.17 RESIDENT ACCESS

The CONTRACTOR shall provide access to driveways at all times unless approval has been

otherwise given by the property owner. Proof of such approval must be provided to the

Engineer. The CONTRACTOR r should expect to stage driveway work to provide access to

property owners. The CONTRACTOR must notify each homeowner 48 hours in advance of any

work which will affect access to their property.

The CONTRACTOR shall provide access based on the needs of the resident’s vehicles (e.g. low

riding vehicles, trailers, RVs, farm equipment, etc…).

F.18 TRUNCATED DOMES AND CURB RAMPS

Description. This work shall consist of constructing truncated domes on all concrete curb ramps

to provide a detectable warning system in accordance with Standard Drawing 608.10.

Construction Requirements. The truncated domes shall extend across the full width of the

traversable portion of the ramp, but shall not extend onto the portion of the ramp transitioning

back to curb height. The full width and depth of the curb ramp shall visually contrast with

adjoining surfaces.

Basis of Payment. No direct payment will be made for truncated domes. Payment for curb

ramps is included in the quantity for Concrete Sidewalk, 4”.

F.19 RELOCATION OF EXISTING UNDERGROUND UTILITY MAINS, EXCEPT

WATER LINES AND SERVICE LINES

As specified, the CONTRACTOR shall locate all existing underground utility installations in

advance of excavating. Where it is determined that any existing utility main may fall within the

physical limits of new structures, the CONTRACTOR shall excavate at as many points as are

required to determine their size, alignment, and grade. Where it is confirmed by such excavation

that utility mains fall within the outside concrete line of the walls or top of structures, or within

the subgrade of the bottom of structures, such mains will be relocated by the OWNER thereof,

without cost to the CONTRACTOR. Such relocation of utility mains shall be made to the extent

that conflict with the work of the CONTRACTOR during excavating and concrete formwork

will be minimized.

Hepperman Road JSP-23

Where it is found that existing utility mains are located in close proximity to, but not within,

outside concrete lines or subgrade lines, such mains will not be relocated. The CONTRACTOR

shall protect all such existing utilities as specified. If the CONTRACTOR determines that such

utilities should be removed or relocated to expedite or simplify the work, or to allow certain

construction procedures, such removal or relocation shall be paid for by the CONTRACTOR.

The need for all utility main relocations shall be determined by actually exposing the affected

utility conduit or line. The cost of all such relocations shall be included in the various unit prices

in the Bid Form.

The CONTRACTOR shall be responsible for giving adequate notice to the owners of utilities

that are to be relocated and for the coordination of any and all activities associated with the

relocation of said utilities.

The acceptance of the ENGINEER shall be obtained before the CONTRACTOR requests

relocation of any utility main, except those for which the CONTRACTOR agrees to pay all

costs.

F.20 REMOVE AND RELOCATE EXISTING FENCES

Existing fences which are designated as to be relocated shall be removed and placed at locations

shown in the plans or as directed by the COUNTY.

When an existing fence is removed the contractor shall provide and install either a 4 foot high

chain link fence or a properly secured 4 foot high orange plastic safety fence as the temporary

replacement, unless a specific type and/or size is specified.

Removal and relocation shall be paid for at the contract price per lineal foot to Remove and

Relocate “Type of Fence”. All costs for materials, concrete, labor, temporary fence installation,

and other items shall be included in the cost to Remove and Relocate “Type of Fence”.

F.21 WOOD SPLIT-RAIL FENCE

Description. The work shall consist of supplying and installing a wooden fence with 48 to 56

inch tall (exposed height) vertical posts and 3 horizontal rails with an approximate length of 10

to 11 feet. The length of the horizontal rails and the height of the posts will be allowed to vary

somewhat depending on manufacturer.

Construction Requirements. There are two allowable styles of fences which are approved for

use on this project for the bid item”. The first is the traditional style of split rail fence which

shall conform to the approximate dimensions as illustrated in the following detail:

Hepperman Road JSP-24

The other allowable fence style is West Virginia Lap Rail Fence. Often called 'split rail fence',

West Virginia Lap Rail is not truly split since it is cut at a sawmill. One side of the rail is often

'half-round' while the other side shows where the rail was put through a saw. Typically the half-

round side is faced out and the cut-side in. The posts are also run through a sawmill; the inside

and outside of the post are often cut and the sides may be cut or be a natural half-round.

A West Virginia Lap Rail Fence for use on the project as “Wood Split-Rail Fence” shall conform

to the approximate dimensions as illustrated in the following detail

Other types of three rail wood fences may be considered as allowable substitutes on a case by

case basis. The Contractor’s attention is directed to Section 20 Substitute and Or-Equal Items of

the Instruction to Bidders with regard to the application and review of substitutes.

With any of the above noted fence types, each rail and post may come in a slightly different size

and shape. The Contractor’s attention is directed to Paragraph 10 Shop Drawings of the General

Requirements where the Contractor is duly informed that shop drawings and/or manufacturer’s

data are required for Fencing.

Hepperman Road JSP-25

The fence materials are allowed to vary as well. Line posts and corner posts shall be one of the

following wood species: Locust, Cedar, Redwood, or pressure treated Pine. The rails shall be

one of the following wood species: Cedar, Redwood, Spruce, Hemlock, or pressure treated Pine.

Basis of Payment. Measurement and payment for Wood Split-Rail Fence shall be at the

contract unit price per lineal foot for Wood Split Rail Fence (with or without Electric), in

accordance with Sections 607.44 and 607.45 of the Standard Specifications.

No additional payment will be made for fence specified to include electric fence. Said work

shall be incidental to the bid price for the wood rail fence.

F.22 REMOVE AND RELOCATE GATE AT PARCEL 3

Description. This work shall consist of the removal and relocating of the existing gate for the

property located at 1936 Hepperman Road (Parcel 3) to the location shown on the plans.

Contractor shall discuss with the property owner the best time to perform this work and to

coordinate any other issues surrounding this relocation.

Construction Requirements. The existing materials can be salvaged and re-used where

possible, as long as the site is kept secure during the relocation. If the existing gate is damaged

during its removal or during construction activities, the materials to be used for the relocating of

the gate shall be of the same quality, dimensions, and manufacturer as the existing gate.

Basis of Payment. Payment for the removal and relocation of the gate, complete and in place,

will be paid for at the lump sum contract bid price. This payment shall be full compensation for

all labor and materials required to remove the gate, temporarily secure the site during the

construction, relocate the gate to the location shown on the plans, and any other incidental

necessary for this work. No additional payment will be made.

If the existing gate cannot be salvaged or re-used, said bid item to remove and relocate the

existing gate shall be full compensation to provide a new gate of the same manufacturer, size,

dimensions, and quality as the existing gate, and no additional payment will be made.

F.23 TEMPORARY SEEDING OF TRAFFIC CONTROL PLAN PHASING

The CONTRACTOR will be required to complete the final grading and the installation of sod

and permanent seeding for each phase and sub-phase of the Traffic Control Plan before starting

the next phase and sub-phase, unless approved by the County. If the County determines it is

unseasonable to install sod and permanent seeding, the CONTRACTOR will be required to

install temporary seed and mulch before continuing to the next phase. Payment for the

temporary seed and mulch will be paid at the unit price per acre.

F.24 TYPE 1 EROSION CONTROL BLANKET

Erosion Control Blanket (types and material properties) shall conform to the requirements of

Section 1011 of the Missouri Department of Transportation Standard Specifications for Highway

Construction, current edition.

Hepperman Road JSP-26

F.25 RESTORATION OF IRRIGATION SYSTEMS

Description. This item shall include all work associated with the partial removal and

replacement of the existing lawn irrigation system at Parcels 6, 57, and 70 (as well as any other

parcel identified during construction that was not previously identified). Additional sprinkler

heads may require adjustment or protection. Contractor shall field verify the existence of

additional heads requiring adjustment/replacement during construction activities.

Materials. Contractor shall make every attempt to use the existing irrigation heads. It is the

option of the Contractor to either remove and reuse, or replace the irrigation lateral line in its

entirety. When new materials are required, they shall be of the same manufacturer as the

existing heads or lateral line.

Execution. Before construction in the area begins, Owner and Contractor together shall verify

that existing heads and system are in working order and neither have prior damage. Contractor

should also note which zones are affected and how many different zones are affected by the

proposed work.

Contractor shall remove and store existing irrigation system heads (and lateral pipe if being

reused) on site, at a location acceptable to owner. Contractor shall cap lines where heads are

being taken out of service to allow business owner to continue watering remainder of lawn

during the construction. At completion of the roadway and driveway reconstruction, Contractor

shall install the irrigation heads and lateral lines to a location near their location prior to

construction. Contractor shall lay out heads such that similar watering coverage is achieved to

what existed prior to construction.

A licensed, bonded irrigation contractor shall perform and install all irrigation work

Method of Measurement. No measurement will be made.

Basis of Payment. Restoration of Irrigation Systems will be for at the contract lump sum bid

price per each parcel. Such payment shall be full compensation for all materials and labor

necessary to locate, unearth, remove, store and protect, reconstruct, backfill, and test the

irrigation heads and laterals. No additional payment will be made for any subcontractors or

tradesperson required to install or test the irrigation system, or any manufacturer’s representative

required on the site.

Capping existing lateral line and the materials and labor required to cap the line shall be

considered incidental to the work required to remove and replace the irrigation heads, and no

additional payment will be made.

No additional payment will be made for the purchase of new irrigation heads required due to

damage during removal, damage during construction activities, or other damage during their

storage period.

Hepperman Road JSP-27

F.26 WEATHERING STEEL GUARDRAIL

All guardrail and appurtenances on this job shall give the appearance of a weathered, brown

color. Guardrail shall be standard guardrail beams conforming to the AASHTO M-180 Type 4

(Weathering Steel) specification. All other guardrail appurtenances such as posts, bolts, cables,

end sections, crashworthy end terminals, or other surfaces shall receive a weathered brown

guardrail finish coat (paint). Color shall be reddish brown, Munsell No. 2.5yr 3/4. All guardrail

components will be paid for using the standard bid items in the plan set, and no additional

payment will be made for coatings, specified type of guardrail steel or other provisions necessary

to comply with this requirement.

F.27 PONDEROSA FENCING

Description: The roadway construction impacting the parcel of land at 1330 Hepperman Road

will require the modification of the existing livestock fencing as shown on the plans. A new

permanent livestock Ponderosa fence system will span the entire expanse of the front yard from

the south property line to the existing gate across the driveway. The gate and fencing to the

north of the driveway is not to be affected and grading of the right of way shall work so that it

stops short of the existing fencing.

Materials: The contractor is not required to use any particular vendor, however, one such

vendor is Priefert, and examples of the intended Ponderosa style fencing can be found at

www.priefertfence.com. Contractor is encouraged to contact the property owner before ordering

and installation of the fencing for verification that the intended system is acceptable.

Specifically, the Ponderosa fence attributes must include:

1) a 4-rail fencing (the owner has a miniature horse as part of its current livestock

that requires this type of containment);

2) pressured treated wooden posts that are domed to shed water and eliminate sharp

edges;

3) post holes drilled to ensure the longevity of the wood and in such a manner so

tubing can be passed through the posts;

4) the use of 16 gauge galvanized steel tubing with an architectural grade of powder

coat Color brown;

5) use of Rail-in-rail “swedge” design allowing the constructed fence to appear of a

single rail running from end to end without any welding;

6) at the end of the fencing, the use of the same concept as the “swedge” tubing

connection, i.e., the Ponderosa post connectors allow for expansion and

contraction;

7) the end of the tubing is cut to exact length, and the connector slides into the

tubing and connects to the post with two lag bolts;

During construction, Contractor shall install a temporary fence suitable to contain livestock and

may use t-posts with caps placed over the top of the edges to protect livestock. The temporary

fencing shall also include installation of the current horse safe fencing wire and electric line used

by the current owner to contain its livestock. It is specifically agreed that uncapped t-posts are

not allowed as a temporary fence where wood posts are currently in use. The electric fence must

be connected and in use during the entire temporary construction period.

Hepperman Road JSP-28

Method of Measurement: Measurement of the Ponderosa Fencing will be made per linear foot

of installed fence.

Basis of Payment: Ponderosa Fencing, complete and in place, will be paid for at the contract

unit bid price per linear foot of measured quantities. Such payment will be full compensation for

all labor and materials necessary to construct the fence, and no additional payment will be made

for posts, connections, excavation, backfill, electric fence, coatings or paintings, or temporary

fencing. Specific attention is made to the temporary fencing requirement above, and to the fact

that this is incidental to the bid price for the final ponderosa fence in place.

F.28 PASTURE SEED MIX

Description: The area described inside the Ponderosa Fencing in JSP-F.28 is used as an equine

pasture and as such, must be seeded with a special seed mix. The pasture seed which the owner

has requested can be found at Charlie’s Farm Store in Wentzville, MO as “Charlie’s Pasture

Mix.” Should contractor choose to use another equine pasture mix, said mix shall consists of an

equitable blend of orchard grass, timothy, ryegrass, bluegrass, and clover to the specified

“Charlie’s Mix”. No fescue may be in the grass mix.

Contractor is encouraged to contact the property owner before ordering and sowing the intended

seed mix for verification that the intended seed mix is acceptable.

Method of Measurement: Final measurement of this item will not be made except for

authorized changes during construction, or where appreciable errors are found in the plan

quantity. Where required, measurement of pasture seed mix will be made to the nearest 1/10

acre

Basis of Payment: Pasture Seed Mix, complete and in place, will be paid for at the contract unit

bid price. No direct payment will be made for seedbed preparation.

F.29 TYPE 2 ROCK DITCH LINER

Description: This work shall consist of constructing a rock ditch liner along the north edge of

the pond at 1520 Heppermann Road, as shown on the plans or as directed by the engineer.

Material: The material for rock ditch liner shall consist of a predominantly one-sized, durable

stone. Acceptance by the engineer may be made by visual inspection. No broken concrete or

shot rock will be accepted for this application.

Type 2 Rock Ditch Liner shall consist of material with a predominant rock size of 6 inches, a

maximum rock size of 10 inches and a gradation such that no more than 15 percent will be less

than 3 inches. No bedding material will be required for Type 2 Rock Lining.

Construction Requirements: Rock ditch liner shall be placed to the approximate shape and

thickness shown on the plans for the specified ditch or as directed by the engineer. The rock

shall be dumped on a subgrade of reasonably uniform density and left in a rough condition

meeting the approval from the engineer.

Hepperman Road JSP-29

Method of Measurement: Rock ditch liner and bedding material will each be measured to the

nearest cubic yard of material.

Basis of Payment: The accepted quantity of bedding material, complete in place, will be paid

for at the contract unit price. No direct payment will be made for excavation or for any work

necessary to prepare the subgrade for the bedding material. No direct payment will be made for

excavation below the upper surface of the rock ditch liner, or for any work necessary for

preparing the subgrade and backfilling the completed item.

G. MODIFICATIONS TO MEASUREMENT AND PAYMENT

1. GENERAL

The total Contract Price shall cover all Work required by the Contract Documents. All costs in

connection with the proper and successful completion of the Work, including furnishing all

materials, equipment, supplies, and appurtenances; providing all construction plant, equipment,

and tools; and performing all necessary labor and supervision to fully complete the Work, shall

be included in the unit and lump sum prices bid. All Work not specifically set forth as a pay item

in the Bid Form shall be considered a subsidiary obligation of CONTRACTOR and all costs in

connection therewith shall be included in the prices bid.

2. ESTIMATED QUANTITIES

All estimated quantities stipulated in the Bid Form or other Contract Documents are approximate

and are to be used only (a) as a basis for estimating the probable cost of the Work and (b) for the

purpose of comparing the bids submitted for the Work. The actual amounts of work done and

materials furnished under unit price items may differ from the estimated quantities. The basis of

payment for work and materials will be the actual amount of work done and material furnished.

CONTRACTOR agrees that it will make no claim for damages, anticipated profits, or otherwise

on account of any difference between the amounts of work actually performed and material

actually furnished and the estimated amounts.

3. RELOCATION OF EXISTING UNDERGROUND UTILITY MAINS, EXCEPT

WATER LINES AND SERVICE LINES

As specified, the CONTRACTOR shall locate all existing underground utility installations in

advance of excavating. Where it is determined that any existing utility main may fall within the

physical limits of new structures, the CONTRACTOR shall excavate at as many points as are

required to determine their size, alignment, and grade. Where it is confirmed by such excavation

that utility mains fall within the outside concrete line of the walls or top of structures, or within

the subgrade of the bottom of structures, such mains will be relocated by the OWNER thereof,

without cost to the CONTRACTOR. Such relocation of utility mains shall be made to the extent

that conflict with the work of the CONTRACTOR during excavating and concrete formwork

will be minimized.

Hepperman Road JSP-30

Where it is found that existing utility mains are located in close proximity to , but not within,

outside concrete lines or subgrade lines, such mains will not be relocated. The CONTRACTOR

shall protect all such existing utilities as specified. If the CONTRACTOR determines that such

utilities should be removed or relocated to expedite or simplify the work, or to allow certain

construction procedures, such removal or relocation shall be paid for by the CONTRACTOR.

The need for all utility main relocations shall be determined by actually exposing the affected

utility conduit or line. The cost of all such relocations shall be included in the various unit prices

in the Bid Form.

The CONTRACTOR shall be responsible for giving adequate notice to the owners of utilities

that are to be relocated and for the coordination of any and all activities associated with the

relocation of said utilities.

The acceptance of the ENGINEER shall be obtained before the CONTRACTOR requests

relocation of any utility main, except those for which the CONTRACTOR agrees to pay all

costs.

H. GUIDELINES FOR OBTAINING ENVIRONMENTAL CLEARANCE

FOR LOCATION-SPECIFIC LOCATIONS

(follows on the next page)

Hepperman Road JSP-31

Hepperman Road JSP-32

Hepperman Road JSP-33

Hepperman Road JSP-34

Hepperman Road JSP-35

Hepperman Road JSP-36

I. AMERICANS WITH DISABILITIES ACT (ADA) COMPLIANCE AND FINAL

ACCEPTANCE OF CONSTRUCTED FACILITIES

1.0 Description. The contractor shall comply with all laws pertaining to the Americans

with Disabilities Act during construction of pedestrian facilities on public rights of way for this

project. An ADA Post Construction Checklist is provided herein to be utilized by the contractor

for verifying compliance with the ADA law. The contractor is expected to familiarize himself

with the plans involving pedestrian facilities and the ADA Post Construction Checklist prior to

performing the work.

2.0 ADA Post Construction Checklist. The contractor can locate the ADA Inspection

Checklist form on the Missouri Department of Transportation website:

http://www.modot.mo.gov/business/contractor_resources/forms.htm

2.1 The checklist is intended to be a helpful tool for the contractor to use during the construction

of the pedestrian facilities and a basis for the commission’s acceptance of work. Prior to work

being performed, the contractor shall bring to the engineer’s attention any planned work that is in

conflict with the design or with the requirement shown in the checklist. Situations may arise

where the checklist may not fully address all requirements needed to construct a facility to the

full requirements of current ADA law. In those situations, the contractor shall propose a solution

to the engineer that is compliant with current ADA law using the following hierarchy of

resources: Americans with Disabilities Act Accessibility Guidelines (ADAAG), Draft Public

Rights of Way Accessibility Guidelines (PROWAG), MoDOT’s Engineering Policy Guidelines

(EPG), or a solution approved by the Access Board.

2.2 It is encouraged that the contractor monitor the completed sections of the newly constructed

pedestrian facilities in attempts to minimize impacts that his equipment, subcontractors or

general public may have on the tolerances as established in the checklist.

3.0 Coordination of Construction.

3.1 Prior to construction and/or closure on an existing pedestrian path of travel, the contractor

shall submit a schedule of work to be constructed, which includes location of work performed,

the duration of time the contractor expects to impact the facility and an accessible signed

pedestrian detour during each stage of construction. This plan shall be submitted to the engineer

for review and approval at or prior to the pre-construction conference.

3.2 When consultant survey is included in the contract, the contractor shall use their survey

crews to verify that the intended design can be constructed to the full requirements as established

in the ADAAG. When ADAAG does not give sufficient information to construct the contract

work, the contractor shall refer to the Draft PROWAG.

3.3 When consultant survey is not included in the contract, the contractor shall coordinate with

the engineer, prior to construction, to determine if additional survey will be required to confirm

the design’s constructability.

4.0 Final Acceptance of Work. The contractor shall provide the completed ADA Post

Hepperman Road JSP-37

Construction Checklist to the engineer at the semi-final inspection. ADA improvements require

final inspection and compliance with the ADA Post Construction Checklist. Each item listed in

the checklist must receive either a “YES” or an “N/A” score. Any item receiving a “NO” will be

deemed non-compliant and shall be corrected at the contractor’s expense unless deemed

otherwise by the engineer.

5.0 Basis of Payment. The contractor will receive full pay of the contract unit cost for all

sidewalk, ramp, curb ramp, median, island, approach work, cross walk striping, APS buttons,

pedestrian heads and detectible warning systems that are completed during the current estimate

period as approved by the engineer. Based upon completion of the ADA Post Construction

Checklist, the contractor shall complete any necessary adjustments deemed non-compliant as

directed by the engineer.

5.1 No direct payment will be made to the contractor to recover the cost of equipment, labor,

materials, or time required to fulfill the above provisions, unless specified elsewhere in the

contract documents.

5.2 No direct payment will be made to the contractor to recover the cost of the equipment,

labor, materials, or time required to provide an accessible signed detour during the various stages

and locations of construction.

J. SPECIFIC PROPERTY OWNER AGREEMENTS

** If payment is intended to be made for an item, it will be described accordingly in the quantity

breakdown sheets and may be shown on the plan/profile sheets of the plans. If not described, it

shall be considered incidental to the other pay items and scope of work pertaining to the

property.

Parcel #2

Reconstruct driveway and culvert into the subject property.

Parcel #5

Great care to be used around the existing subdivision monument. Monument is marked UIP on

plans and should not be disturbed or destroyed in any manner.

Parcel #6

Restore the sprinkler system affected by the taking to current or better condition. The Contractor

shall replace Owner’s septic system with a new connection to the City of Wentzville sewer

system, and to properly retire the septic system existing on the property in accordance to code.

Any disturbance to the surface of the subject property shall be restored properly with either

seed/straw or sod, whichever is deemed most appropriate. This work will require the Contractor

to remove and replace a fence in the rear of the property in order to connect the sanitary lateral

from the house to the existing manhole as shown on the plans. This work is considered

incidental to the bid items shown and no special payment will be made outside of the bid items

found in the contract.

Hepperman Road JSP-38

Parcel #8

1. Driveway concrete will extend to the back of the Temporary Construction Easement 51’

from centerline to Temporary Construction Easement to improve the turning radius off

Hepperman Road. This additional driveway will extend to the back of the Temporary

Construction Easement as shown on the plans. New driveway shall tie to existing

driveway at the seventh slab from edge of existing pavement. Driveway rounding shall

start as soon as practical after inlet #1-17.

2. County will place and spread over the existing ground, with minimal excavation, rock

approximately 6” +/- in diameter in an approximate 2’ wide band along northern edge of

pond at or about at the waterline for a length of approximately 130’ as shown on the

plans. Excess ground disturbance shall be avoided. Rock shall be placed at no cost to the

property owners.

3. Disturbed areas of ground shall be restored with sod. Grading shall be done so not to

create ponding.

4. Property owners will be responsible for the removal of the existing split rail fence

currently located on ROW adjacent to the property. Any relocation/replacement of the

fence by the property owners will be off of the Hepperman Road ROW. County has no

obligations towards the removal or replacement of the fence.

5. Property owners acknowledge and agree that work described above (additional driveway

and placement of rock along edge of pond) will require the County and/or its agents to

perform work on the owners’ property outside of the Temporary Construction Easement

granted in this agreement. Property owners hereby grant permission for any and all

parties involved with the work on the Hepperman Road project to work outside the

denoted TCE’s for the purpose of completing the work described above. Right to access

and work in these additional areas is given with no additional compensation owed to the

property owners.

Parcel #13A

Install a new driveway into Owner’s property at approximately a straight line back where

Owner’s current driveway curves from neighbor’s driveway back to the east into Owner’s

property, and to ensure said new driveway is at least eighteen feet (18’) wide at the new right-of-

way line.

Parcel #14

Replace Owner’s current septic system with a new connection to the City of Wentzville sewer

system, all pursuant to code. Concrete on driveway will match current design.

Parcel #15

a) Construct, at the conclusion of construction activity on the property, a new permanent

livestock Ponderosa fence system as shown on plans. Contractor is not required to use

any particular vendor, but for purposes of illustration and acknowledgment of the intent

of the parties, one such vendor is Priefert, and examples of the intended Ponderosa style

fencing can be found at: http://www.priefertfence.com/.

b) The trees located on the bank of the pond closest to Hepperman Road, which are marked

on the design plans as “UIP” shall remain during and after construction.

c) It is understood that towards project completion sod will be installed in the affected areas

as standard with any similar road projects. Provided, however, in the area inside the

permanent fencing, the Contractor shall install, instead of sod, a pasture mix grass seed.

Hepperman Road JSP-39

d) During construction, Contractor shall install a temporary fence suitable to contain

livestock and may use t-posts WITH caps placed over the top of the edges to protect

livestock. The temporary fencing shall also include installation of the current horse safe

fencing wire and electric line used by the current owner to contain its livestock. It is

specifically agreed that uncapped t-posts are NOT allowed as a temporary fence where

wood posts are currently in use. The electric fence must be connected and in use during

the entire temporary construction period.

*Contact Parcel owner prior to fence removal

Parcel #16

a) Contractor shall utilize best practices for erosion and siltation control measures, County

will enforce such requirements with its contractor as needed, and County will provide the

project inspector’s contract telephone number to Owner at or before commencement of

construction.

b) Temporary access to Owner’s driveway during construction, as well as the final,

reconstructed driveway entrance onto Hepperman Road, shall be able to accommodate

use of said driveway by a 2009 Corvette Z06 without rubbing or scraping of the

undercarriage of the vehicle.

c) County shall cooperate with Owner to promptly communicate any damage claims to the

Hepperman Road Improvement Project contractor and shall further cooperate to seek

appropriate remedies for such damage claims.

d) The Hepperman Road Improvement Project construction plans currently state driveway

will be replaced “to nearest joint” – County will amend such plans to note to replace

driveway to the next joint further away from road; also 6” thick concrete will be used for

any driveway replacement slabs.

e) Owner will permit County, its contractor, and any subcontractors access beyond

boundaries of the temporary construction easement area solely for the purpose of the

additional driveway work described herein, if needed.

f) To protect the well on Owner’s property, temporary orange construction fencing will be

placed along the temporary easement line from the driveway north to the property line,

and no work on the road project will take place between the fence and the well.

Parcel #18

A second driveway apron to the south gravel driveway entrance on the property will be installed

as part of the project.

Parcel #19

Contractor shall coordinate sewer connection work directly with owner at such time, or before,

the County and Contractor begin the road project.

Parcel #23

1. New concrete driveway approach will be installed at Station 70+66.81 (right) with a

length approximately 45 feet from NEW Hepperman Road centerline. Additional Type 5

or similar base rock to be used to grade existing gravel driveway to new concrete

driveway apron. Parcel owners agree to grant access for driveway grading purposes at no

additional compensation so a smooth transition from existing to new can be made.

2. Driveway will be 20’ wide at the Right of Way line to match existing driveway width and

to accommodate turning movement of Parcel owner’s very long fifth wheel trailer.

Hepperman Road JSP-40

Parcel #24

Parcel owner would like the cut trees for firewood.

Parcel #39

1. Sawcut both driveways at the back of Temporary Construction Easement and replace

asphalt driveway with concrete. Driveway at 69+48.12 will be concrete instead of

asphalt and 30’ wide to match existing driveway and repositioned when constructed

approximately 10’ south of current location to align with garage. Contact parcel owner

(314-357-7636) or Donna Trusik (314-560-5074) for exact location before driveway

work is done. Driveway at 68+48.77 will be concrete instead of asphalt and 25’ wide to

match existing width.

2. Parcel owner would like to keep the wood from the trees to be removed in his front yard.

Parcel #40

1. Property will be regraded to equal or better condition.

2. Any replacement sod will be maintained by Contractor for 21 days. If sod does not take,

Contractor agrees to re-install and maintain sod.

Parcel #41

1. Property will be regraded to equal or better condition.

2. Any replacement sod will be maintained by Contractor for 21 days. If sod does not take,

Contractor agrees to re-install and maintain sod.

Parcel #44

1. TCE will be in effect for a maximum of 2 years.

2. Any concrete removed from property will be replaced with same style.

3. Reasonable access for construction of church building must be maintained during road

project.

4. Contractor shall meet with the church to discuss coordination of construction activities if

they occur at the same time.

Parcel #48

Any disturbed area will be graded and sodded.

Parcel #49

Any disturbed area will be graded and sodded.

Parcel #57

County to coordinate any conflicts with sprinkler system directly with HOA, which runs

neighborhood system.

Parcel #70

1. Contractor shall restore the surface of all areas on the property disturbed by construction

of the Hepperman Road Improvement Project by finish grading and installation of sod.

2. Contractor shall repair the irrigation system on the property if it is damaged during the

construction process.

Hepperman Road JSP-41

3. Golf Club of Wentzville Community Homeowners Association agrees that the existing 4

feet tall white vinyl Post and Cross Rail fence is at least 10 years in age and has

scratches, fading and discoloration. Golf Club of Wentzville Community Homeowners

Association also agrees several sections of the existing 4 feet tall white vinyl Post and

Cross Rail Buck fence has mold and mildew as identified by both parties.

4. County and/or its Contractor is required to meet with the Homeowner’s Association (or

their representative) to review the condition of the existing vinyl fencing prior to removal

for the purpose of identifying any pieces of said fence that have been damaged prior to

removal and storage. County will not be responsible for the cost of replacing those

pieces mutually identified as damaged; however, any damage to the physical or aesthetic

character of the remaining fencing sustained during the Contractor’s activities shall be

restored to at least the same condition as existed prior to construction. Nothing in the

foregoing shall be construed to prohibit the County, through its Contractor, from electing

to tear down and replace the entire fence at its discretion.

Contractor Name: ___________________________________________________

Hepperman Road Reconstruction C-1

COUNTY-CONTRACTORS AGREEMENT

(Sample Form) This agreement, made by and between , hereinafter called the CONTRACTOR, and the COUNTY of St. Charles, St. Charles, Missouri, hereinafter called the COUNTY. Now therefore, CONTRACTOR and COUNTY, in consideration of mutual covenants herein set forth, agree as follows: ARTICLE 1. CONTRACT PRICE COUNTY shall pay CONTRACTOR in current funds, for completion of the Work designated in Article 2 in accordance with the Contract Documents, an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work multiplied by the quantity of that item as indicated in the CONTRACTOR'S Bid, for the total amount of: ____________________________________________________________________________ ____________________________________________________________________________

(in words) ($_____________________________) (in figures) ARTICLE 2. SCOPE OF THE WORK The proposed work includes the furnishing of materials, tools, equipment and labor necessary to construct HEPPERMAN ROAD in St. Charles County, Missouri. Work includes:

The construction of the HEPPERMAN ROAD (approximately 6,300 linear feet), including removals, grading, asphalt pavement, driveways, curb & gutter, drainage, ditching, retaining walls and other appurtenances in St. Charles County, Missouri.

ARTICLE 3. TIME OF COMPLETION The CONTRACTOR shall commence clearing and grubbing operations upon receiving the written Notice to Proceed from the COUNTY. Project completion shall be defined as 100% completion of all items of the project including correction of deficiencies. The project shall be fully complete under this contract within

425 Calendar Days

from the date of the written “Notice to Proceed”. The rate of progress and the time of completion are essential conditions of this Contract. Liquidated damages will be charged as specified herein.

Hepperman Road C-2

Should the CONTRACTOR, or in case of default, the surety fail to complete the work within the calendar days specified, a deduction of the amount will be made for each and every calendar day that the contract remains uncompleted in accordance with the requirements of Standard Specifications Section 108.8.

ARTICLE 4. PAY QUANTITIES AND UNIT PRICES The COUNTY shall pay the CONTRACTOR for all work done on the basis of final computations for all work acceptably completed according to this Contract, at the unit price shown on the BID FORM for the quantity actually installed. ARTICLE 5. PROGRESS PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment monthly according to “General Requirements” section entitled “Progress Payments”. Applications for Payment will be processed by the COUNTY. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR’S Applications for Payment as approved by the ENGINEER. All progress payments will be on the basis of the progress of the Work measured by the schedule of values, and in the case of Unit Price Work based on the number of units completed. No progress payments will be made if the CONTRACTOR does not have a current progress schedule accepted by the COUNTY. ARTICLE 6. FINAL PAYMENT AND ACCEPTANCE When all work provided for under this contract has been completed in conformance with the specifications and requirements of this contract, and accepted without regard to the provisions of guarantee as provided under the terms of this contract, a final cost estimate shall be prepared by the CONTRACTOR and approved by the COUNTY ENGINEER and filed with the COUNTY and with the CONTRACTOR within fifteen (15) days after the date of acceptance of the work as a statement of the amount due the CONTRACTOR. This estimate shall be based on appropriate unit quantities of material placed, including any charges for extra work ordered and properly chargeable under this contract, and deducting any sum properly deductible under this contract. ARTICLE 7. THE CONTRACT DOCUMENTS Up to four (4) half-size sets of drawings and two (2) full sets of specifications will be provided to the successful CONTRACTOR by St. Charles County at no cost to the CONTRACTOR. Additional sets may be purchased by the CONTRACTOR at the printing cost plus ten percent (10%) for handling. The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of the following:

a. This County-Contractors Agreement.

b. Exhibits to this County-Contractors Agreement.

c. Performance and Payment Bonds.

d. Notice of Award.

e. Notice to Proceed.

Hepperman Road C-3

f. Specification Sections defined in the Table of Contents

g. Addenda __________ through __________. h. Bid Form.

i. All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents, which may be delivered or issued after the Effective Date of the Agreement, and are not attached hereto.

There are no Contract Documents other than those listed in this article. The Contract Documents may be amended, modified, or supplemented only in one or more of the following ways: (i) a Written Amendment; (ii) a Change Order; or (iii) a Work Change Directive. The requirements of the Contract Documents may be supplemented and minor variations or deviations in the Work may be authorized, by a Field Order, or the ENGINEER'S written interpretation or clarification. ARTICLE 8. RATES OF PAY The CONTRACTOR hereby agrees that the prevailing rates of pay shall be paid to skilled and unskilled labor employed under the terms of this contract. The CONTRACTOR shall forfeit to the COUNTY one hundred (100) dollars for each workman employed, for each calendar day, or portion thereof, such workman is paid less than the said stipulation rates for any work done under said contract, by him or by any subcontractor under him. ARTICLE 9. PERFORMANCE OF THE WORK The CONTRACTOR, acting as an independent CONTRACTOR, shall furnish all supervision, labor, equipment, tools, materials, and supplies necessary to perform and shall perform all work in accordance with the Contract Documents and any applicable County ordinances, and state and federal laws. CONTRACTOR represents and warrants that he has special skills which qualify him to perform the Work in accordance with the Contract and that he is free to perform all such Work and is not a party to any other agreement, written or oral, the performance of which would prevent or interfere with the performance, in whole or in part, of the Work. The prime CONTRACTOR must perform, with its own organization, contract work amounting to not less than 40% of the total original contract. ARTICLE 10. SUPERVISION The CONTRACTOR shall supervise and direct the Work, using the CONTRACTOR'S best skill and attention. The CONTRACTOR shall be solely responsible for and have control over construction means, methods, techniques, sequences and procedures and for coordinating all portions of the Work under the Contract, unless Contract Documents give other specific instructions concerning those matters. ARTICLE 11. SAFETY The COUNTY and the CONSULTING ENGINEER may have personnel on the project site from time to time. All information and/or instructions shall be requested in writing by the CONTRACTOR and responded to in writing. No opinion or instructions will be given to the CONTRACTOR on safety.

Hepperman Road C-4

The CONTRACTOR shall be solely responsible for the safety on and around the project site including shoring, ladders, drop cords, scaffolding, barricades, construction means, methods, techniques, sequences and procedures. ARTICLE 12. INDEMNITY To the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the COUNTY, CONSULTING ENGINEER, their consultants, and agents and employees of any of them from and against claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the Work, provided that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property other than the Work itself, including loss of use resulting there from, but only to the extent caused in whole or in part by negligent acts or omissions of the CONTRACTOR, a Subcontractor, or anyone directly or indirectly employed by them or anyone for whose acts they may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity, which would otherwise exist as to a party or person described in this Section. In claims against any person or entity indemnified under the above paragraph by an employee of the CONTRACTOR, a Subcontractor, or anyone directly or indirectly employed by them or anyone whose acts they may be liable, the indemnification obligation under this paragraph shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the CONTRACTOR or a Subcontractor under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. The obligations of the CONTRACTOR under this Section shall not extend to the liability of the ENGINEER, the ENGINEER'S consultants, and agents and employees of any of them arising out of (1) the preparation or approval of maps, drawings, opinions, reports, surveys, Change Orders, designs or specifications, or (2) the giving of or the failure to give directions, after requested in writing by the CONTRACTOR, or instructions by the ENGINEER, the ENGINEER'S consultants, and agents and employees of any of them provided such instructions or failure to give is the primary cause of the injury or damage. ARTICLE 13. LIQUIDATED DAMAGES Whenever time is mentioned in this contract, time shall be and is of the essence of this contract. The COUNTY would suffer loss should the CONTRACTOR fail to have the work embraced in this contract fully completed on or before the time above specified: THEREFORE, in order to adjust satisfactorily the damage on account of such failure, and the parties hereto realizing that it might be impossible to compute accurately or estimate the amount of such loss or damages which the COUNTY would sustain by reason of failure to complete fully said work within the time required by this contract, the CONTRACTOR hereby covenants and agrees to pay the COUNTY, as and for liquidated damages for each and every calendar day during which work remains incomplete and unfinished. Any sum which may be due the COUNTY for such damages shall be deducted and retained by the COUNTY from any balance which may be due the CONTRACTOR for progress payments or when said work shall have been finished and accepted. But such provisions shall not release the bond of the CONTRACTOR from liability according to its terms. In case of failure to complete, the COUNTY will be under no obligation to show or prove any actual or specific damage. Therefore, the CONTRACTOR will be charged with liquidated damages specified in the amount

Hepperman Road C-5

of $1000 per calendar day for each full day that all work for the construction of HEPPERMAN ROAD in St. Charles County, Missouri, consisting of: The construction of HEPPERMAN ROAD (approximately 6,300 linear feet), including removals, grading, asphalt pavement, driveways, curb & gutter, drainage, ditching, retaining walls and other appurtenances in St. Charles County, Missouri. is not completed in excess of the limitation as specified elsewhere in this special provision. It shall be the responsibility of the ENGINEER to determine the quantity of excess days. The said liquidated damages specified will be assessed regardless of whether it would otherwise be charged as liquidated damages under the Missouri Standard Specification for Highway Construction, as amended elsewhere in this contract. ARTICLE 14. TERMINATION BY COUNTY OR CONTRACTOR (a) If the CONTRACTOR is adjudged to be bankrupt, or if the CONTRACTOR makes a general assignment for the benefit of creditors, or if a receiver is appointed on account of the CONTRACTOR’s insolvency, or if the CONTRACTOR fails, except in cases for which extension of time is provided, to make progress in accordance with the Construction Schedule, or if the CONTRACTOR fails to make prompt payment to Subcontractors or prompt payment for material or labor, or disregards laws, ordinances or the instructions of the COUNTY, or otherwise breaches any provision of the Contract, the COUNTY may, without prejudice to any other right or remedy, terminate the Contract by giving written notice to the CONTRACTOR and his surety. Upon such notification the COUNTY shall be entitled to take possession of the Work and of all materials and equipment thereon and finish the Work by whatever method the COUNTY may deem expedient, which may include, but is not limited to, the COUNTY itself completing the work or the COUNTY hiring others to complete said work. In such case, the CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Sum shall exceed the expenses of finishing the Work, including additional engineering, architectural, managerial and administrative expenses, and liquidated damages, such excess shall be paid to the CONTRACTOR. If such expenses and damages exceed the unpaid balance of the Contract Sum, the CONTRACTOR shall pay the difference to the COUNTY promptly upon demand. In the event of termination pursuant to this paragraph, the CONTRACTOR, upon the request of the COUNTY, shall promptly:

assign to the COUNTY in the manner and to the extend directed by the COUNTY all right, title and interest of the CONTRACTOR under any subcontracts, purchase orders and construction equipment leases to which the CONTRACTOR is a party and which relate to the Work or to construction equipment required therefore, and make available to the COUNTY to the extent directed by the COUNTY all construction equipment owned by the CONTRACTOR and employed in connection with the Work.

(b) Performance of the Work hereunder may be terminated by the COUNTY by

giving three (3) days prior written notice to the CONTRACTOR if the COUNTY, in its sole discretion, decides to discontinue or suspend construction. In the event of such termination, as opposed to termination pursuant to paragraph (a) of this Article 15, the Contract Sum shall be reduced in an equitable manner by agreement between the parties.

Hepperman Road C-6

ARTICLE 15. AUDIT CLAUSE Examination of Records The CONTRACTOR’s records which shall include, but not be limited to, accounting records (hard copy, as well as computer readable data), written policies and procedures, subcontractor files, indirect cost records, overhead allocation records, correspondence, instructions, drawings, receipts, vouchers, memoranda, and any other data relating to this contract shall be open to inspection and subject to audit and/or reproduction by the County Auditor, or a duly authorized representative from the COUNTY, at the COUNTY’s expense. The CONTRACTOR shall preserve all such records for a period of three years, unless permission to destroy them is granted by the COUNTY, or for such longer period as may be required by law, after the final payment. Since the CONTRACTOR is not subject to the Missouri Sunshine Law (Chapter 610, RSMo), information regarding the CONTRACTOR’s operations obtained during audits will be kept confidential. IN WITNESS WHEREOF the parties hereto have caused this instrument to be executed in four (4) original counterparts as of the day and year last written below. Executed by the COUNTY this ________________ day of ________________, 2017. Executed by ____________________ (CONTRACTOR) this ______________ day of ___________, 2017. CONTRACTOR President Secretary COUNTY OF ST. CHARLES, ST. CHARLES, MISSOURI Steve Ehlmann, County Executive ATTEST Registrar I certify that there is a balance otherwise unencumbered to the credit of the appropriation to which this order is chargeable, and a cash balance otherwise unencumbered in the treasury to the credit of the fund from which payment is to be made, each sufficient to meet this obligation. ___________________________________

Robert Schnur, DIRECTOR OF FINANCE

Hepperman Road PB-1

PERFORMANCE BOND

KNOW ALL MEN BY THESE PRESENTS, that we, the Undersigned__________________

________________________________of ___________________________________________

(firm

*a (corporation, duly authorized by law to do business as a construction

(partnership

contractor in the State of _________________________, and __________________________

________________________________________of __________________________________

(hereinafter called the "Surety"), a corporation duly authorized to do a Surety business under the laws of

the State of Missouri, are held and firmly bound unto the St. Charles County, (hereinafter called the

"County"), in the penal sum of ____________________________________________Dollars

($________________).

lawful money of the United States, for the payment of which to be made unto said County, we bind

ourselves, our heirs, executors administrators, successors and assigns, jointly and severally, firmly by

these presents as follows:

The conditions of this obligation are such that, whereas on the ______________day of _________________20___,

the said Principal entered into a written Agreement, which Agreement is hereby made a part hereof, with the said

County for the construction of :

Hepperman Road, including removals, grading, asphalt pavement, driveways, curb & gutter, drainage,

ditching, retaining walls and other appurtenances

NOW THEREFORE, if the said Principal shall faithfully and properly perform the foregoing Contract

according to all the terms thereof, and shall, as soon as the work contemplated by said contract is

completed, pay to the proper parties all amounts due for all labor and material required by this contract in

the construction of such work, and all insurance premiums for both compensation and all other kinds of

insurance on said work, and for all labor performed in such work whether by subcontractor or otherwise,

then this obligation shall be void. Otherwise it shall remain in full force and effect, and may be called on

for the use and benefit by any person furnishing material or performing labor, either as an individual or as

a subcontractor, for any contractor in the name of said County.

Every Surety on this bond shall be deemed and held, any contractor on the contrary notwithstanding, to

consent without notice.

a) To the extension of time to the contractor in which to perform the contract

Hepperman Road PB-2

b) To changes in the plans, specifications, amount of work or contract.

c) That no provisions of this bond or of any other contract shall be valid which limits to less

than one (1) year from the date of final acceptance of the work the right to sue on this bond for defects in

workmanship or material not discovered or known to the County at the time such work was accepted.

IN TESTIMONY WHEREOF, the Parties hereunto have caused the execution hereof in

___________original counterparts as of the ______________________________day of

_________________, 20______.

*Line out the inapplicable designation.

_____________________________________

Principal (SEAL)

ATTEST:

___________________________ BY ___________________________________

SEAL ___________________________________

ATTEST ___________________________________

Hepperman Road PMB-1

PAYMENT AND MATERIALS BOND

KNOW ALL MEN BY THESE PRESENT, that we,

(Principal and Address)

, as Principal, and

(Surety and Address)

,as Surety, are held and firmly bond unto the County of St. Charles, Missouri, hereinafter

called OBLIGEE, in the amount of $ , for the payment of which we jointly

and severally bind ourselves, our heirs, executors, administrators, successors, trustees, and assigns firmly by these

presents.

WHEREAS, the Principal has entered into a contract with OBLIGEE for

(describe briefly)

__Hepperman Road Reconstruction, including removals, grading, asphalt pavement, driveways, curb & gutter,

drainage, ditching, retaining walls and other appurtenances; and

WHEREAS; the OBLIGEE requires that Principal enter into a surety bond satisfying the terms of Section

107.170 R.S. Mo.

NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such, that if the Principal shall pay, or

cause to be paid in full, the claims of all persons performing labor upon, or furnishing materials to be used in, or

furnishing appliances, equipment or power contributing to such work under said contract, then this obligation shall be

void; otherwise to remain in full force and effect. The total amount of surety’s liability under this bond shall in no event

exceed the amount hereof, and in no event shall the undertaking hereby be construed to impose liability on the surety

beyond that required by the terms of Section 107.170 R.S. Mo.

Signed and sealed this day of , 20 .

PRINCIPAL

BY:

SURETY

BY:

(ACKNOWLEDGMENT FOR PRINCIPAL)

(ACKNOWLEDGMENT AND POWER OF ATTORNEY FOR SURETY)

Hepperman Road SWR-1

MISSOURI STATE WAGE RATES

(See Next Pages)